0% found this document useful (0 votes)
25 views201 pages

SR NO.09: E-Tender Notice No.19 of 2023 - 24

Uploaded by

amitv.av11
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
25 views201 pages

SR NO.09: E-Tender Notice No.19 of 2023 - 24

Uploaded by

amitv.av11
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 201

1

GUJARAT INDUSTRIAL DEVELOPMENT CORPORATION


(A Govt. of Gujarat Undertaking)
Office of the Executive Engineer,
1st Floor, Plot No.-622/A,
Administrative Building, Near Notified Office,
Valia Road, GIDC, Ankleshwar -393 002.
Email: [email protected]

E-TENDER NOTICE NO.19 OF 2023 - 24


SR NO.09
For

Construction of ESR, U G Sump, Rising main, Pump House,


Distribution Network, Bore Well, Compound wall, Paver Block &
Tree Plantation at Dondwada Industrial Estate. (Re-Invited)

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
2

Name of work :Construction of ESR, U G Sump, Rising main, Pump House,


Distribution Network, Bore Well, Compound wall, Paver Block &
Tree Plantation at Dondwada Industrial Estate. (Re-Invited)

INDEX

SR. PAGES
PARTICULARS
NO. FROM TO

1 Notice inviting tenders 3-9

2 Memorandum of work in brief 10-14

3 General Conditions 15-17

4 Information and Instructions to bidders 18-23

5 Special conditions 24-27

6 Instruction for Prequalification 28-45

7 General Technical Specification 46-60

8 Specification of Materials 61-71

9 Code of Practice 72-112

10 Item wise Specification 113-185

11 SCHEDULE – B 186-201
B-1 Agreement
12 Attached
(Containing Page No.1 to 48)

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
3

ગુજરાતઔધોિગકિવકાસિનગમ
(ગુજરાતસરકારનુંસાહસ)
અિધ કઇજનેર ી (મ.ગુ) નીકચેરી,
પાંચબ ી, .આઇ.ડી.સી., ભ ચ.
ફોનનંબર (૦૨૬૪૨)૨૪૨૪૪૨
હે રિનિવદાનં.૧૯/૨૦ર૩-ર૪
ગુજરાત ઔ ોિગકિવકાસ િનગમની વતુળકચેરીઅિધ કઇજનેર ી(મ.ગુ),
.આઇ.ડી.સી.,
ભ ચનાંતાબાહેઠળકાયરતિવભાગીયકચેરીઓમાટે અનુ.નં. ૦૧ થી૦૯
નાકામોમાટે નાટે ડરોઓનલાઇન પ િતથી મંગાવવામાં આવે છે .
આકામોનીદશાવેલઅંદા તિકં મતપૈકીલઘુતમઅંદા તિકં મત ા.
૧૪,૩૮,૯૫૦.૦૦ અનેમહ મઅંદા તિકં મત ા. ૧,૯૮,૮૪,૬૦૧.૪૯
નીવ ચેછે.
ઓનલાઇન ટે ડર વેબ સાઇટ tender.nprocure.com ઉપરથી
ડાઉનલોડ-અપલોડ િનયત સમય-મયાદામાં કરી શકાશે.
આ કામોની િવગતવાર હેર િનિવદા ઓિફસનાં નોટીસ બોડ ઉપરઅને
.આઇ.ડી.સી.ની વેબસાઇટwww.gidc.gujarat.gov.inતેમજ
માિહતી ખાતાની www.statetenders.gujarat.gov.inમાં
જોઇ શકાશે. િનિવદામાં જણાવેલ તમામ ટે ડરો અથવા તે પૈકી કોઇ પણ
એક, કારણ જણા યા વગર વીકારવા, ન વીકારવા તેમજ રદ કરવા એ
િનગમનો અબાિધત અિધકાર છે , જ ે તમામને બંધનકતા રહેશ.ે બાના
મુકિત માણપ ા / વીકાય નથી. વધુમાં, ટે ડરને લગતા તમામ
સુધારા / વધારા tender.nprocure.comવેબ-સાઇટ પર ટે ડર ભરવાની
છે લી તારીખસુધી જોવાની રહેશે.

સહી/-
અિધ કઇજનેર (મ.ગુ)
ગુ.ઔ.િવ.િન., ભ ચ.

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
4

GUJARAT INDUSTRIAL DEVELOPMENT CORPORATION


(A Govt of Gujarat Undertaking)
Office of the Superintending Engineer (CG)
2 nd Floor, Narmada Commercial Complex,
M.G.Road, PanchBatti, Bharuch-392001
Phone: (02642)242432/242442 FAX:(02642)241902

E-TENDER NOTICE No. 19 of 2023-24


Thetenders for the works having minimum cost
Rs.14,38,950.00to maximum cost Rs. 1,98,84,601.97 are
invited by office of the Superintending Engineer(CG),
G.I.D.C., Bharuch under jurisdiction of various offices through
online. Tender for online works sr.no. 01 to 09.

The tenders for Online works can be uploading - download on


website tender.nprocure.com . The detailed tender notice can
be seen in GIDC office notice board / GIDC website
www.gidc.gujarat.gov.in / information department website
www.statetenders.gujarat.gov.in . Right to reject any or all the
tenders without assigning any reasons thereof are reserved by
G.I.D.C., which will be binding to all bidders. Exemption
certificate for Earnest Money Deposit should not be
acceptable. Please stay touring web site - tender.nprocure.com
for any corrigendum / addendum / modification till last date of
receipt.

Sd/-
Superintending Engineer (CG)
G.I.D.C., Bharuch.

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
5

(NOT FOR PUBLICATION)


GUJARAT INDUSTRIAL DEVELOPMENT
CORPORATION
(A Govt. of Gujarat Undertaking)
Office of the Superintending Engineer (CG)
2nd Floor, Narmada Commercial Complex,
M.G. Road, PanchBatti, Bharuch-392001
Phone: (02642)242432/24244 FAX:(02642)241902

E-TENDER NOTICE NO. 19 OF 2023-24


E-tender for the following works of GIDC is publically invited from the intending bidders
registered in appropriate class with state Govt. of Gujarat R&BD / W.R.D / GIDC and other State
Governments equivalent, by the Superintending Engineer (CG), GIDC, “Bharuch”, 2nd floor,
Narmada Commercial Complex, Panch Batti, Bharuch 393001 by E-tendering only under
jurisdiction Executive Engineer Executive Engineer, GIDC, Vadodara and Executive Engineer,
GIDC, Ankleshwar on web sitehttps://tender.nprocure.com and
www.statetenders.gujarat.gov.in

DETAILES FOR ONLINE TENDERS :


The tenders under Sr. No. 01 to 09are invited percentage (%) above / below – B1 Agreement and
two bid System (Technical bid & Price bid). The bids will be opened on schedule date and
thereafter on evaluation thereof, the price bid of the pre-qualified bidders, will only been opened.

GENERAL DETAILS OF WORKS:


(1) Estimated cost
(2) Earnest Money Deposit
Sr. Class of
Name of work (3) Non-refundable Tender
No registration
Fee (Inclusive of 18%
G.S.T)
BARODA DIVISION
Estimate for the work of area Grading and (1) Rs. 14,38,950.00 “E2” Class and
1 Jungle cutting along the road side at Dahod- (2) Rs. 14,390.00 above
II Industrial Estate. (3) Rs. 1,062.00
Detailed Periodical Survey and investigation (1) Rs. 96,54,764.00 “D” Class and
2 of GIDC estate under Vadodara and Halol (2) Rs. 9,65,477.00 above
Sub division. (3) Rs. 2,832.00
Cleaning work of reservoir & ESR at Halol (1) Rs. 31,03,762.00 “E1” Class and
3 (Exp.) & Maswad Industrial Estate. (2) Rs. 31,038.00 above
(3) Rs. 1,770.00
Providing & Fixing HDPE 630 mm dia pipe (1) Rs. 68,44,993.16 “D” Class and
4 at Halol (Exp.) & Maswad Industrial Estate. (2) Rs. 68,450.00 above
(3) Rs. 2,838.00
Renovation of DEE Office RM Office (1) Rs. 20,09,974.00 “E1” Class and
5 building and Godown at V.U.Nagar (2) Rs. 20,100.00 above
Industrial Estate. (Re-invited) (3) Rs. 1,062.00
Construction of Protection wall for M/s. (1) Rs. 42,57,975.44 “E1” Class and
6
Adani tower no. 414, 415 & 416 at Halol (2) Rs. 42,580.00 above

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
6

&Maswad Industrial Estate. (3) Rs. 1,770.00


Construction of remaining Flexible (1) Rs. 1,42,93,213.75 “C” Class and
Pavement Road (Road-B) including Box (2) Rs. 1,42,932.00 above
7
Culvert and Stone pitching work at Halol (3) Rs. 4,248.00
(Exp.) and Maswad Industrial Estate.
ANKLESHWAR DIVISION
Construction of ESR, U.G sump, Rising (1) Rs. 1,20,32,033.77 “C” Class and
8 main, Pump house, Distribution network, (2) Rs. 1,20,321.00 above
Bore well and Compound wall at Tilakwada (3) Rs. 4,248.00
Industrial Estate. (Re-invited)
Construction of ESR, U.G sump, Rising (1) Rs. 1,98,84,601.49 “B” Class and
main, Pump house, Distribution network, (2) Rs. 1,98,847.00 Above
9 Bore well, Compound wall, Paver block & (3) Rs. 4,248.00
Tree plantation at Dondwada Industrial
Estate. (Re-invited)

(A) SCHEDULE OF E-TENDERING


(i) Downloading of Tender Documents from Web site of For Sr. no. 01 to 09
https://tender.nprocure.com From 26th February 2024 to
(The tenderdocumentfor these work are available only in 05th March 2024 upto 17.00
Electronic format which Bidder can download at free of hours
cost)
SUBMISSION OF TENDER For Sr. no. 01 to 09
(ii) (A) Online submission From 26th February 2024 to
I) Online submission of bid documents. 05th March 2024 upto 17.00
II) Scanned copies of DD fortender fee& EMD in hours
electronic format only through online
a) Other Documents required to be submitted by For Sr. no. 01 to 09
scanning in electronic format only through online From 26th February 2024 to
1) Required Class of registration 05th March 2024 upto 17.00
2) Valid Bank Solvency and also as per para - C - hours
Sub para 4

(B) Submission in physical form For Sr. no. 01 to 09


I) D.D. / FDR in original ( for Tender fee & EMD) From 06th March 2024 to 07th
Other documents mentioned in para C,Sr. No. 5 for March 2024 upto 17.00 hours
the purpose of verification only (in physical form) by
personally i.e by Speed Post / Currier / Hand
delivery. ( Kindly refer C-1,2 &3)

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
7

(iii) Opening of Technical Bid documents. For Sr. no. 01 to 09 - In the


Office of Superintending
Engineer (CG), GIDC, 2nd
floor, Narmada Commercial
Complex, PanchBatti,
Bharuch as under:-
Preferably
On Dtd.11th March 2024 at
12.00 noon
(B) On line Submission of Tender
1) Bidders can prepare & edit their offers number of times before tender submission date &
time. After tender submission date & time, bidder cannot edit their offer submitted in any
case. No written or online request in this regard shall be granted.
2) Bidder shall submit their offer i.e. Pre-qualification document with Technical Bid & Price
Bid in Electronic format on above mentioned website & Date shown above after digitally
signing the same.
3) For the purpose of verification, the original documents for Pre-qualification submitted in
electronic format for Sr. No. 01 to 09 should be submitted in physical form as under:-
 For Sr. No. 01 to 07 - O/o Executive Engineer, GIDC, 5th floor, Unique Trade
Centre, Sayajigunj, Vadodara
 For Sr. No. 08 to 09 O/o Executive Engineer, GIDC Admin Building, Plot no. 624/B,
Valia Road, GIDC, Ankleshwar-393002

By personally i.e by hand delivery during office hours.

4) Offers submitted without digitally signed will not be accepted.


5) Offers i.e. Pre-qualification document with Technical Bid & Price Bid in physical form
will not be accepted in any case.
6) It is Bidder’s responsibility to verify Online Corrigendum / Amendments until last
submission date and time as well as before Final Submission of Bid.
7) Required documents for pre Pre-qualification document received later than the time
specified will not be accepted in any case and the bid of that bidder shall be considered
non-responsive.

(C) Submission of Tender Fees, EMD

1) Interested Bidders can view these tender documents online, but bidders who are
interested in bidding these tenders can download tender documents from web site
asmentioned above and bidder who wish to submit their offer shall pay non-refundable
tender fee in the form of AccountPayeeDemand Draft payable, Baroda and
Ankleshwar respectively for the works as under drawn on any Nationalized Bank in
favour of -

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
8

 Executive Engineer, GIDC, Baroda for work at Sr. No. 01 to 07


 Executive Engineer, GIDC, Ankleshwar for work at Sr. No. 08 to 09

2) EMD in the form of Account Payee Demand Draft / F.D.R. payable at Baroda and
Ankleshwar drawn on any Scheduled / Nationalized Bank in favour of Executive
Engineer, GIDC, Baroda and Executive Engineer, GIDC, Ankleshwar respectively for
the works pertaining to respective divisions as under. EMD in the form of Bank
Guarantee of the Scheduled Bank or Nationalized Bank also acceptable as per the manner
set out in the prevailing Form B1 & Form B2.

 Executive Engineer, GIDC, Baroda for work at Sr. No. 01 to 07


 Executive Engineer, GIDC, Ankleshwar for work at Sr. No. 08 to 09

3) Demand Draft for E.M.D. & Tender Fee shall be submitted in Electronic Format only
through Online (by scanning) while uploading the Bid. This submission shall mean that
E.M.D. & Tender Fee are received. Accordingly, offer of those shall be opened whose
E.M.D. & Tender Fee is received electronically as well as received in physical form. For
the purpose of realization of D.D. as stated above under para (C- 1 & C - 2).
However, bidder shall send the D.D. in original along with other documents (as
stated in para C- 5) bypersonally i.e. by Speed Post/ Currier /Hand delivery during
office hours as per point No. B-3.

4) Required Documents mentioned as under (a), (b), (c) & (d) are mandatory for
submitting scanned copies through ONLINE. Otherwise tender offer shall be treated
as NON RESPONSIVE, without any further intimation.
a) Scanned copy of tender fee and EMD
b) Required Class of registration, Latest Income Tax return filed, R.P.F.C registration
certificate with latest challan, Pan Card & GST Registration certificate.
c) Fresh Valid Bank Solvency- (Calendar Year) - ( 20% value of the estimated cost put
to tender)
d) Other documents if any mentioned in tender documents.

5) For the purpose of verification, the original documents submitted in electronic format
should be submitted in physical form for the works in the manner set out below
bypersonally i.e. by hand delivery during office hours.
a) Original tender fee in form of DD and EMD in form of DD/ FDR.

 Executive Engineer, GIDC, Baroda for work at Sr. No. 01 to 07


 Executive Engineer, GIDC, Ankleshwar for work at Sr. No. 08 to 09

Tender fee, EMD in original and other required documents for verification received before or
later than the time For Sr. no. 01 to 09 from 06th March 2024 to 07th March 2024 upto
17.00 hours will not be accepted in any case and the bid of that bidder shall be considered non-

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
9

responsive. GIDC will not be responsible for delay in receipt of such documents due to any
reasons by the postal department or any other agencies.

Any documents in supporting of tender bid shall be submitted in electronic format only
through online (by Scanning etc.) and hard copy will not be accepted separately.

(A) GENERAL :

(1) Intending bidders or their representative who wish to remain present at the time of
tender opening can do so.
(2) The tender fees for on line tender document will not be refunded under any
circumstances.
(3) EMD in the form specified in tender document only shall be accepted.
(4) Exemption certificate for Earnest Money Deposit should not be acceptable.
(5) Tenders without Registration Certificate, Special Category Certificate, Solvency
Certificate, Tender fees, Earnest Money Deposit (EMD) and which do not fulfill all or
any of the condition or submitted incomplete in any respect will be rejected.
(6) This tender notice shall form a part of tender / contract document.
(7) Conditional tender shall not be accepted.
(8) Rules of GIDC are binding to the Tenderer.
(9) GIDC reserves the rights to reject any or all tenders without assigning any reason
thereof.
(10) Please stay touring above web sites for any corrigendum / addendum/ modification
till last date of receipt.
(11) If any clarification / query regarding these tenders is required, do not hesitate to
contact our concern Executive engineers through mobile.

For Baroda Division – Shri D. K. Pansara - Executive Engineer – Mo. 9879110071


For Ankleshwar Division - Shri S. S. Dash – Executive Engineer – Mo. 9726424264

Sd/-
SE,GIDC,Bharuch

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
10

MEMORANDUM OF WORK IN BRIEF


1) Name of work Construction of ESR, U G Sump, Rising main, Pump
House, Distribution Network, Bore Well, Compound
wall, Paver Block & Tree Plantation at Dondwada
Industrial Estate.(Re-Invited)
2) Estimated cost Rs. 1,98,84,601.49

3) Joint Venture (J.V) Joint Venture (J.V.) is not allowed.

4) Earnest Money Deposit Total amountRs.01,98,846.00/- Out of which


(EMD)Total 1% of the Rs.50,000/-in the form of D.D./F.D.R for the
estimated cost. minimum period of 180 days in favor of "Executive
Engineer, GIDC, Ankleshwar” from any
Nationalized/Scheduled Bank or any approved bank
by government’s latest G.R.
Remaining amount of Rs. 01,48,846.00/-in the
form of B.G./D.D./F.D.R for the minimum period of
180 days in favor of "Executive Engineer, GIDC,
Ankleshwar” from any Nationalized / Scheduled Bank.
5) Validity period of tender 120 days from the date of opening of online bids.
offer.

6) Security Deposit-5.00% of Rs.09,94,230.00 (5.00%)


estimated cost put to tender
(i) Initial Security Deposit in the Rs. 04,97,115.00
form of small saving or
Narmada Bond or FDR –
2.5% of the estimated cost.
(Validity period of12
months)
(ii) To be deducted from R.A. Bill Rs. 04,97,115.00
- 2.5% of the estimated cost.
(iii Performance Bond in form of Rs. 09,94,230.00
) BG / FDR of scheduled or (To be paid with initial security deposit)
Nationalize Bank or any
approved bank by
government’s latest GR. -
5.00% of the estimated cost.
(Validity period of 12
months )
7) Liquidated Damages As per clause No.2 of B-2 Form attached herewith.

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
11

8) Defect liability period – The defect liability period shall be three years from
Refer modified clause- the certified date of completion of work.
17Aof form B-2 as per R&B
Circular No.PRCH/102008 /
(2076) / N dtd.31/01/2009.
9) Free Maintenance guarantee
period under clause no.17B Rs. 09,94,230.00
of form B-2 –Free 3 (Three) Years--Free Maintenance Guarantee with
maintenance gaurantee Bond effect from the certified date of completion.
in form of BG / FDR of
scheduled or Nationalize
Bank - 5% of the estimated
cost. (Validity period of 3(
Three) years from certified
date of completion)
10) Workers Welfare Cess 1% of value of work done shall be deducted from
Under The Building & Other the all bills payable to the contractor.
Construction Workers Cess
Act 1996 (Labour Cess)

11) Testing Charges 1% Testing charges of the Estimated Cost will be


deducted from each Running Account Bill of
agency.

12) Time limit for completion of 12 (Twelve) Months.


work from the date of
written order to commence.

13) GST & other taxes The rates to be quoted by the contractor must be
exclusive of GST but inclusive of all other taxes and
applicable Cess, levies on such taxes. GST shall be
paid extra on the admissible payment as per the
approved tender rates and condition of price
variation; GST shall be paid as per prevailing rates
at the time of payment.

For further clarification in GST, kindly contact our


GST Consultant.
14) Site Office accommodation The agency has to arrange at his own cost a
for G.I.D.C. staff. properly covered site office for GIDC Officials/staff
having min. size of 6mt x 6mt with all required
Furniture, Toilet facility, Latest updated version
Computers, Laptop (I-7 or above) with Internet
facilities, Laser Printers with required stationary,
Cupboards, Mineral Waters etc. from the starting
date of contract and to maintain till completion of
the work satisfactorily.

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
12

15) Submission date & time of


tender documents
i) a) Date on (or before) From 26th February 2024 to 7th March 2024 upto
which the tender with
17.00 hours
DD / FDR for Tender fee
& EMD (by scanning)
includingrequired
documents must upload
on the web site of
www.gidc.nprocure.co
m
b) Date on (or before) which From 11th March 2024 to 12th March 2024 up to
DD/FDR in original for
17.00 hours
Tender fee & EMD must
reach in the office of the Physical submission of documents prior and after
Office of the Executive these dates will not be considered and bids of the
Engineer,
agency will be considered as nonresponsive.
1st Floor, Plot No.-622/A,
Administrative Building,
Near Notified Office,
Valia Road, GIDC,
Ankleshwar -393 002.
(By
RPAD/Courior/Personally
i.e. Hand Delivery)
ii) Mode of sending the tender
documents.

a) The tender with DD / By Online through E - Tendering process


FDR for Tender fee &
EMD (by scanning)
including required
documents
b) DD/FDR in original for By RPAD/Courior/Personally i.e. Hand Delivery to
Tender fee & EMD Office of the Executive Engineer,
1st Floor, Plot No.-622/A,
Administrative Building, Near Notified Office,
Valia Road, GIDC, Ankleshwar -393 002.

16) Opening of Technical bid In the Office of Superintending Engineer (CG), GIDC, 1st
floor, Narmada Commercial Complex, PanchBatti,
Bharuch as under:- Preferably
On Dtd.13th March 2024 at 12.00 noon

17) Tender to be opened by Superintending Engineer (CG), GIDC, 1st floor, Narmada
Commercial Complex, Panchbhatti, Bharuch.

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
13

18) Description essential to be (1)Name of Work :Construction of ESR, U G Sump,


made on sealed cover for Rising main, Pump House, Distribution Network, Bore
documents to be submitted Well, Compound wall, Paver Block & Tree Plantation at
by RPAD/Courior/Personally Dondwada Industrial Estate.(Re-Invited)
i.e. Hand Delivery
(2) Date of receiving the documents
From 11th March 2024 to 12th March 2024 up to
17.00 hours

19) Important Note :  For any technical discrepancy, the latest version
of MORT&H / IRC shall be applicable.
 Prospective bidders are requested to join the site
visit.
 GIDC reserves the right, without any obligation
or liability, to accept or reject any or all the bid at
any stage of the process, to cancel or modify the
process or any part thereof or to vary any of the
terms and conditions at any time, without
assigning any reason whatsoever.
 Registration required "B" class &Above
 GST registration certificate required
mandatory
 Required Documents mentioned in as under
(a), (b), (c)& (d) are mandatory for
submitting scanned copies through ONLINE.
Otherwise tender offer shall be treated as
NON RESPONSIVE, without any further
intimation.
a) Scanned copy of tender fee and EMD
b) Required Class of registration, Latest
Income Tax return filed, RPFC registration
certificate with latest challan, GST
Registration & Pan Card.
c) Fresh Valid Bank Solvency- ( 20% value of
the estimated cost put to tender)
d) GST registration certificate
 Submit the required documents online duly
named and page numbered in proper manner for
simplicity.

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
14

20) Site Visit Contact Person :


1. Shri S. S. Dash
XEN, GIDC,Ankleshwar
Mo. No. 9726424264
2. Shri P. H. Bamania
DEE, GIDC, Jhagadia.
Mo. No. 9726424270

21) Vehicle Accommodation The agency has to arrange at his own cost to
provide one (1) Nos., 4+1 four wheeler, private or
taxi passing A.C. vehicle for Engineer-in-charge /
Supporting Staff at site for 24 hours with driver at
free of cost for limited to 4500 Km per month for
each vehicle.

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
15

GENERAL CONDITIONS

Tenderer shall very carefully read through and take note of following conditions :
1. The successful tenderer shall have to enter into an agreement in 'B-2' form. Tender can be
inspected during office working hours and shall be part of agreement with successful
tenderer.
2. The tenderer shall get himself well acquainted with the job requirement site conditions,
route and alignment etc.
3. Contractor shall make his own arrangement for providing all necessary tools, plants,
equipment's, manpower as required. No extra payment in any such respect would be made
to the contractor.
4. In conformity with prevailing income tax Rules 2% and surcharges of bill value shall be
deducted at source as per I.T. Rules for which necessary certificate shall be released by the
Executive Engineer.
5. Security deposit of 5.00%of the estimated costwill have to pay.2.5% through each R.A. Bills
and 2.50 % against the signing of agreement in the form of Narmada Bond / N.S.C. / FDR.
6. The EMD payable to GIDC by the tenderer by D.D. or F.D.R. of Nationalized bank/Scheduled
bank or other banksas per Govt. latest GRfor Rs. 50,000/- and remaining amount by B.G.
/DD/FDR of Nationalized bank / Scheduled bank or other banks as per Govt. latest GR shall
be drawn in favor of Executive Engineer,GIDC,Ankleshwar. The tender fee payable to GIDC
by DD only.
7. 1% amount of the work done will be deducted from each R.A. bill in respect of Gujarat
Building & Other Construction work – Labour Welfare Cess
8. Contractor shall have to mention their Regional Provident Fund number.
9. The rate quoted by the agency should remain force throughout the contract period i.e. for
the period .
10. Rates quoted by the contractor shall be inclusive of all taxes and duties.
11. Staff of contractor should cover under suitable insurance scheme.
12. The tenderer has to take site visit and understand the work before submitting the
tender.
13. The tenderer has to give the consent that they have already taken the site visit and
understand the nature of work. Go through item specifications.
14. The contractor shall be responsible for theft of the materials etc.
15. The medical facilities, weekly off, safety equipment’s, over time etc. as per Government Act,
will be provided by the agency to the staff engaged for the job.
16. In case of accident during the work, all the responsibility of man, machinery & property will
be rest with the agency.
17. The payment shall be made as per actual work done.
18. Machinery, materials, labours etc. are to be brought by agency at his own expenditure.

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
16

19. The contractor shall have to engage qualified plumber & Supervisor. The labours who shall
be fit to work in mud in any weather shall be engaged.
20. The order for materials shall be placed time to time and when required. Material shall have
to be supplied on demand.
21. Material shall have to be supplied of standard quality as per related to IS specification. One
stack of each type of material shall have to be stacked at site of work and have to be got
tested for its requirement as per norms of quality control. If materials fails to required
standards, than the same have to be removed from the site by the agency at his own cost.
22. If the tenderer are firm, company or limited concern, they should mentioned the names of
all the partners or the Directors, as the case may be, in their forwarding letter and indicate
the name of person who holds, the power of attorney, authorizing him to conduct all
transactions on behalf of the firm, company or limited concern. A true copy of partnership
deed or the articles of association and power of attorney shall be attached with the tender,
in case; the tender is finalized in favor of successful tenderer. The contractor shall have to
enter into the agreement as per the rules.
23. The successful bidder in whose favor the tender is finalize has to enter into agreement in
B2form with GIDC. If agency desire to study the same, it is available in the office of
Executive Engineer, GIDC,Ankleshwar in the office hours of any working days.
24. Testing charges of material shall be borne by agency as per tender clause. 1% of the
estimated cost shall be deducted from the running account bills of the contractor for testing
the quality of materials and workmanship. However, the agency has to establish at site of
work the fully equipped laboratory for day to day testing like gradation, density, cube tests
etc.
25. Agency shall have to provide the mobilization of staff for site visit daily till completion of
work. ONE number AC Vehicle four wheelers to be provided with drivers& fuels in good
condition. The vehicle should not be older than three years. This is mandatory to the bidder
as a part of the tender but no separate claim shall be entertained. If the above vehicle is
not provided compensation shall be levied and deducted from the bill as decided by
the engineer in charge.
26. All the documents to be submitted online and originalDD and FDRfor tender fee and EMD
will have to send physically.
27. “Prevailing policy / Government Resolution (G.R.) of Govt. of Gujarat (GoG) / Competent
Authority regarding GST / service tax including Swatchh Bharat Cess may please be read
carefully by the prospective bidder for all the works and submit the price bid offer
accordingly. GST / Service tax(including Swatchh Bharat cess) if applicable on any
item/part item or part work, the contractor is bound to pay the GST / service tax for the
whole of the contract value”.
For further clarification kindly contact our Tax Consultant Khandhar Mehta & Shah ,
Chartered Accountants , 3rd floor, Devpath Complex, B/h. LalBunglow, Off. C.G.Road,
Ahmedabad , Gujarat , India -380 006.
Phone +91 79 2646 1526, 3000 3583
Tele Fax : +91 79 6631 5450
Contact Person: CA. Bhagyashree Bhatt / CA. Brijen Mehta

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
17

Information and instruction for tenderers:

Special Conditions for Goods & Service Tax

1. The rates quoted by the tenderer shall be deemed to be inclusive of prevailing


provisions of GST Act, rules, notification, instructions etc. issued by the Govt. of
India/State Govt. on the subject matter as applicable from dtd.01/07/2017
onwards.

2. GST leviable for the work (including material component) under the Contract shall
be borne by the contractor and it shall not be reimbursed by the GIDC.

3. Contractor must possess valid GST number as per provisions of GST act, rules,
notification, instructions etc. issued by the Govt. of India/State Govt. on the subject
matter from time to time and will produce the copy of the same to Division/other
office before issue of work order. In case of contractor not liable for registration
under GST considering available exemption or having turnover below threshold
limit liable for registration under Act, should give declaration to that effect along
with the applicable GST rate for material/services supplied or provided and the GST
shall be deducted under Reverse charge mechanism while making payment to
contractor and GIDC will not bear the burden under GST.

Further, if the contractor is assesses of GST, the contractor should produce valid GST
clearance certificate/relevant evidences complying GST provisions before the final
bill, otherwise the final payment to the contractor shall be withheld. The contractor
even after completion of the work and even if final payment have been made to him,
shall be liable to pay any GST liability and GIDC shall not be responsible for any GST
liability of the contractor.

4. The contractor enjoying GST exemption, at the time of submission of tender and / or
at any time during the currency of the contract shall pass on this benefit to the GIDC.
Contractor shall provide certificate duly signed by their auditors/ Chartered
Accountant Tax-Consultants before payment of the final bill otherwise payment of
final bill shall be withheld.

5. An implementation of Provision of GST Act, rules, notification, instructions etc. from


dtd.01/07/2017, which will supersede the provisions made in the tender
documents regarding VAT, other State taxes, local taxes etc. leviable for the work.

For further clarification in GST, kindly contact our GST Consultant Khandhar Mehta
& Shah , Chartered Accountants , 3rd floor, Devpath Complex, B/h. LalBunglow, Off.
C.G.Road, Ahmedabad , Gujarat , India -380 006.
Phone +91 79 2646 1526, 3000 3583
Tele Fax : +91 79 6631 5450
Contact Person: CA. Bhagyashree Bhatt / CA. Brijen Mehta

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
18

INFORMATION AND INSTRUCTION FOR BIDDERS


INTRODUCTION:
Bids i.e., Price Bid and Technical Bid for the Construction of ESR, U G Sump, Rising main,
Pump House, Distribution Network, Bore Well, Compound wall, Paver Block & Tree
Plantation at Dondwada Industrial Estate is invited from Contractors on e-tendering
process.

LOCATION OF WORK AND SITE INFORMATION:


The work site is located near State Highway near Valia.
SCOPE OF WORKS: The works include site clearings and jungle cutting before starting the
work & after completion of the works, making temporary approach to the site of work,
Liasoning and co-ordination with local people & local authorities for smooth working.

The contractor shall co-operate with local people & plot / shed's holders to maintain co-
cordial working environment and shall take full care to minimize hassles to the local people
& plot / shed's holders while working. The contractor shall, upon the completion of works,
hand over the site of works in neat & clean manner. The proposed works are as under.

1. BIDDER'S RESPONSIBILITY
The intending Bidders shall be deemed to have visited the site and familiarized themselves
thoroughly with the site conditions and all other aspects affecting the work under this
Contract before submitting the tender. No claim / extension of time whatsoever shall be
entertained on account of prevailing site conditions.
Interested Bidders may obtain further information at the following address:
1) Executive Engineer, GIDC,Ankleshwar.
1st Floor, Plot No.-622/A,
Administrative Building, Near Notified Office,
Valia Road, GIDC, Ankleshwar -393 002.

2. EARNEST MONEY DEPOSIT (EMD)


EMD is payable in the manner set out in the Form B-2.

Demand Draft for E.M.D. shall be submitted in electronic format only through online (by
scanning) while uploading the bid. The submission shall mean that E.M.D. is received for
purpose of opening the bid. Accordingly offer of those shall be opened whose E.M.D. is
received electronically. However bidder shall submit the DD in original to 1) Executive
Engineer, GIDC, Ankleshwarpayable at Ankleshwar.As per the schedule specified in
tender notice for submission of document in physical form i.e.From 11th March 2024 to
12th March 2024 up to 17.00 hours submission of document before 11/03/2024 and
after 12/03/2024will not be considered and offer treated as non-responsive. Exemption
certificate shall not be acceptable.

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
19

Earnest money in specified form @ 1.00 % of the estimated cost must be sent as mentioned
above preceding electronically Tenderer may pay earnest money up to Rs. 50,000 in cash
or in the form of Crossed Demand Draft or fixed deposit or fixed deposit at-call receipts
with a validity period of not less than 180 days of Nationalized or Scheduled bankor any
approved bank by government’s latest GR or Narmada/Shrinidhi F.D.Rs. drawn in favor of
Executive Engineer/Divisional Officer concerned. Earnest money by cheque& Bank
Guarantee shall not be accepted. (vide R &BD G. R. No. TNC/ 1090/(100) (4)-C, dated 4-11 -
2000). However in respect of the works estimated to cost above Rs. 50 lacs, the amount of
earnest money in excess of Rs. 50,000 can be offered by the contractor, at his choice, in the
form of Bank Guarantee of the Scheduled or nationalized Bankor any approved bank by
government’s latest GR only. The Bank Guarantee in such cases will be furnished in the
following form. In such cases also, the amount of earnest money first Rs. 50,000 will be
paid only in the form of crossed demand drafts or fixed deposit receipts or deposit at call
receipts worth the validity period of not less 180 days of the nationalized or Scheduled or
Narmada/ Shrinidhi F.D.

If the contractor does not turn up to pay the Security Deposit and execute contract
agreement within specified (or extended) time after intimation to him about acceptance of
his offer, the earnest money paid for this work will be forfeited according to Clause-1 of this
tender form tenderer's tender shall be rejected and then according to aforesaid provision
of tender, action to blacklist the Contractor will be initiated without Delay. (Vide R & B D
G.R. No. Misc.- 1097 -90-1091/97 -Z/C dated 04-10-97 & Parach-102008-5-C-Partfile dated
27-11-08).
Bank Guarantee is permissible only when the estimated cost of work is more than Rs.
50 lacs.
BANK GUARANTEE

Whereas M/s ______________________________________________________ ___________________(hereinafter


called the Tenderer) is desirous and preferred to tender for works in accordance with the
terms and conditions of tender for the work of __________ and where as We, Bank, agree to
give the tenderer a guarantee for the Earnest Money.
Therefore, we hereby affirm that we are guarantors on behalf of the Tenderer upto total
rupees _______________________________in words) Rs. _____________________________( in figures) and
we undertake to pal to Executive Engineer _______________Division____________ Department of
Government of Gujarat ________________________________________________upto his first written
demand, without demur, without delay and without the necessity of a previous notice of
judicial or administrative procedures and without the necessity to prove to the Bank the
defects or shortcomings or debits of the contractor any sum within the limit of Rs.
________________________.
We further agree that the Guarantee herein contained, shall remain in full force and effect
during the period that would be taken for the acceptance offender.
However, unless a demand of claim under this guarantee is made on us in writing on or
before the _____________________ (Date to be specified - will not be less than 180 days from the
stipulated date of receiving the tender) we shall be discharged from all liabilities under this
guarantee thereafter.

We undertake not to revoke the guarantee during it currency except with the previous
consent of the Executive Engineer ___________________ Division _______________________ in writing.

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
20

We lastly undertake not to revoke the guarantee for any charge in constitution of the
Tenderer or of the Bank.

Date Signature & Seal of Guarantor __________________________


Bank Address ____________________________________

The Earnest Money submitted in the form of Deposit-At-call receipt shall need minimum
validity of six months from the last date of online submission of tender. Tender not
supported with tender fee, Earnest Money & documents and not submitted in electronic
format (by scanning) while uploading the bid shall be rejected as NON Responsive. If the
tenderer modifies or withdraws his tender, the Earnest Money (in case of EMD exemption
certificate, proportionate amount equivalent to EMD of a particular tender) shall be
forfeited and the tenderer may be disqualified from tendering for future works under the
Government.
The Earnest Money will be returned to the unsuccessful tenderer. The Earnest Money will
be returned to the successful tenderer after he furnishes security deposit and duly enters
into the contract.
Within Ten days or within such time as may be decided by the Tender Inviting Authority
from date of receipt of the Letter accepting his tender, the successful tenderer shall furnish
the required security deposit and attend the office of the Tender Inviting Authority for
execution of the contract documents. If he fails to furnish the security deposit or execute
the contract document, his Earnest Money (in case of EMD exemption certificate equivalent
amount there from) shall be forfeited and action to blacklist the contractor bill be initiated
without delay (Vide R & B.D. G. R. No. Misc. 1097-90-1091-97 -Z/C dated 4-10-97).

3. SECURITY DEPOSIT (SD) – 5.00%of Estimated Cost put to tender.


SD is payable in the manner set out in the Technical Bid with Prequalification Application
by the successful tenderer / Bidder.
Initial Security Deposit in the form of small saving or Rs. 04,97,115.00
Narmada Bond or FDR – 2.50% of the estimated cost.
(Validity period of 12 months)
To be deducted from R.A. Bill - 2.50% of the estimated Rs. 04,97,115.00
cost.

4. PERFORMANCE BOND – 5.00% OF THE ESTIMATED COST PUT TO


TENDER
Performance Bond in the form of Bank guarantee of Nationalized Bank / scheduled bank is
payable in the manner set out in the Form B-2 from section-2 clause-1 along with initial
security deposited by the successful bidder
Performance Bond of scheduled or Rs. 09,94,230.00(To be paid with initial
Nationalize Bank / scheduled bank - 5.00% of security deposit)
the estimated cost. (Validity period of 12
months)

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
21

5. PROGRAMME OF WORK :
The program of work for this contract is as under.
Online Submission of Bid
Period for Validity of offer Period of completion
Document
From 26th February 2024 to
120 days from the date of 12Months from the date
07th March 2024 upto
opening of online bids. of work order
17.00 hours
The time is essence of the contract. The contractor shall have to ensure progress of the
work proportionately as per Schedule-C of B-2 agreement.

6. SUPERVISION OF WORK:
G.I.D.C reserves the right to appoint Third Party Inspectors (TPI) for quality assurance and
quality control in addition to the Engineer-in-charge of the work & Quality Control branch
of G.I.D.C. Head Office.

7. FREE MAINTENANCE GUARANTEE PERIOD: Clause No.17 B of B-2 Form


The scope of works also includes three years free maintenance guarantee period from
the certified date of completion of the works as per clause No.7.
During this period, the contractor shall be responsible to make good, working condition
and remedy at his own expenses, any defects, which may develop or may be notice for the
work carried out by him or due to reasons attributed to him.
The Engineer-in-charge shall give the contractor a notice in writing about the defects with
remedial measures and the contractor shall make good the same within period specified in
the notice. In case of failure, on the part of the contractor to carry out / comply the
instructions of Engineer-in-charge, the Engineer-in-charge may rectify or remove and re-
execute the work at the risk and cost of the contractor.
The Engineer-in-charge shall be entitled to appropriate the whole or any part of the
amount of (i) security deposit (ii) Performance Guarantee Bond in the form of B.G. or N.S.C.
/ F.D / S.S.N.N.L., and (iii) Free maintenance guarantee bond in the form of B.G. or N.S.C. /
F.D / S.S.N.N.L towards the expenses, if any incurred by him / Engineer-in-charge for
rectification / removal, and re-execution the work.
The contractor shall immediately recoup the amount so spent such that at any given time
the security deposit, Performance Guarantee Bond or N.S.C. / F.D / S.S.N.N.L. and free
maintenance guarantee bond for maintenance guarantee period shall be maintained as laid
down in the Special condition of the contract.
If contractor fails to recoup the amount of Security deposit, Performance Guarantee Bond
or N.S.C. / F.D / S.S.N.N.L. and free maintenance guarantee bond for maintenance guarantee
period, Engineer-in-charge shall be entitled to recover the amount spent over the above
from the amount of security deposit, Performance Guarantee Bond or N.S.C. / F.D /
S.S.N.N.L. and free maintenance guarantee bond for maintenance guarantee period.

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
22

The Corporation reserves the rights to en-cash the Performance Guarantee Bond & Bank
Guarantee or N.S.C. / F.D / S.S.N.N.L., if required.

8. DEFECT LIABLITY PERIOD :

The defect liability period shall be Three years from the certified date of completion of
work or three monsoons whichever is later.

9. PRICE VARIATION CLAUSE & STAR RATE FOR CEMENT, STEEL AND
BULK BITUMEN :
Please read the clause No. Clause No. 59A of B-2 form (Contract agreement to be
executed) attached herewith for price variation for cement, steel & Bulk Bitumen. Star rate
for cement, steel & bulk bitumen (Bulk Bitumen Emulsion & paving bitumen) is given in the
Clause No. 59A of B-2 form(Contract agreement to be executed) attached herewith.

Sr.No. Quantity Star Rates Month in which


DTP is approved
AS mentioned in B-2 Edited

10. PRICE ESCALATION : Not applicable


The Price escalation shall not be payable as per GIDC circular.

11. MOBILIZATION ADVANCE: - Not applicable


Mobilization advance shall not be payable as per GIDC circular.

12. PURCHASE OF BITUMEN BY THE AGENCY:


The contractor shall have to purchase the bitumen in Bulk only from only Govt. recognized
refinery & shall have to produce the original purchase bills along with the original gate
passes etc. The bitumen to be brought on site includes all transportation charges, taxes etc.
with all lead and lift.
13. POWER SUPPLY / WATER SUPPLY / OTHER UTILITIES:
The Contractor will make his own arrangement at his cost for power supply / water supply
and other utilities required for the execution of work and arrangements for temporary
distribution. All the works will be done as per IEA regulations. The Contractor shall ensure
at his cost that all electrical lines, water supply lines and equipment & all installations are
approved by the state electricity inspector before power can be supplied by State
Electricity Board & GIDC for water
14. CONDITIONS OF CONTRACT:
Successful bidder shall have to enter in to prevailing agreement B-2 with GIDC, all the
tender documents including pre-bid meeting minutes, negotiation letter and acceptance
letter will form-A integral part of the contract. All works will confirm to the Indian
Standards, specifications for road & Bridge works of Ministry of Road Transport and
Highway or other equivalent standard mentioned in the contract document as approved by
the Engineer-in-charge.

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
23

OTHER:
 In the all items of Schedule “B”, the thickness mentioned is compacted thickness to be
considered for the purpose of measurements and payments.
 The contractor document shall include the original tender papers of GIDC, submission
of contractor negotiation letter, letter of acceptance, agreement in B-2 form and the
work order.
 In conformity with prevailing GST, Income Tax and surcharge of bill value or applicable
at time to time shall be deducted at source for which necessary certificate shall be
released by the Executive Engineer.
 In conformity with prevailing sales tax, rules vide No. ANVE: WORKS: TAX: 97-98:
2162, dtd. 24/11/1997, published by Additional Sales Tax Commissioner, Govt. of
Gujarat, Sales tax and surcharge applicable of bill value shall be deducted at source or
applicable at time to time shall be deducted for which necessary certificate shall be
released by Executive Engineer.
 The contractor shall exhibit a board as per requirement of GIDC with detailed
specification and details of work and amount at site at his own cost as directed by the
Engineer-in - charge.

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
24

SPECIAL CONDITIONS

1) SCOPE OF WORK:
A. Testing Charges: All testing of material /output of processed material shall have to be
got tested in a GERI (min.10%), GIDC approved laboratory (min. 10%) and remaining
in field/site laboratory of agency, as defined in B-2 agreement. The testing charges of
an amount of 1% of estimated cost put to tender shall be deducted from the bills.
B. There are chances to occur some excess / extra items in the tender qty. based on actual
work as finalized by GIDC department. But, the bidder shall not claim anything beyond
tender terms and conditions.
C. If the quantity of any item may exceed from tendered quantity then the same shall
have to be got approved from GIDC before execution by the bidder. For excess quantity
as per clause No. 14.2 of B-2agreement, the clause shall be read as per the circular
No./GIDC/ENG/CE/103 Dated: 18/07/2017 attached in this tender document which
will be applicable for excess quantity.
D. There are also chances that some items may not be required to execute/to execute in
very less qty. than tendered quantity, as per finally approved decisions from GIDC. In
this situation, the bidder shall not have any right to claim anything extra for such
items.
E. Joint Venture (J.V.) is not allowed.

2) MAINTENANCE GUARANTEE PERIOD:


The contractor shall also undertake Three years comprehensive maintenance
contract starting from the date of completion of the work.
1.1.) The contractor shall have to give Three years maintenance guarantee period from
the certified date of completion of work as per clauseNo. 17B of B-2
agreementattached herewith. During this period contractor shall have to maintain &
repair the damaged portion of road or the any portion of road and B.T. surface of
road including pot holes, depressions, cut or worn out portion at his risk and cost as
per direction of the Engineer-in-charge or GIDC. The requirement and nature of
maintenance & repair work will be decided by Engineer-in-charge or GIDC and will
be binding to contractor.
The contractor’s scope of work does not include the damages caused by the
following and contractor will not be liable for the same.

 Damages caused by overvoltage/under voltage from the Electricity service


Company.
 Damages caused by External fire,mishandling or physical breakage due to
mishandling or damages to the building due to any other reasons.
 Damages caused by natural disaster which includes Flooding, heavy
rains,Earthquake, volcano, cyclone, lighting strike
 Damages caused by rioting, arsoning
1.2.) Maintenance works for all works done under this contract
Special repairs shall be carried out for keeping the road works surface in perfect

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
25

working conditions as may be required, from time to time. Action shall be taken for
repairing of the damaged portion of road so that other components of the works
does not get damaged due to any reasons whatsoever.
1.3.) GIDC reserve the right to withdraw the maintenance work at any stage. The decision
of GIDC will be final and binding to the contractor.

1.4.) FREE MAINTENANCE GUARANTEE PERIOD: Clause No.17B of B-2 Form


The contractor shall undertake three years comprehensive free maintenance
contract with effect from the certified date of completion of the work, as per Clause
No.07 of B-2 Form.
The contractor shall have to give three years free maintenance guarantee period
from the certified date of completion of work as per clause No. 17B of B-2
agreement attached herewith. The requirement and nature of repair work will be
decided by Engineer-in-charge and will be binding to contractor.
During the free maintenance guaranteeperiodas described under Para above,
Contractor shall be responsible for maintaining the CC &BT Roads including its
components, Paved CC &BT portion including its components, & other works done
under this contract including its components in best of condition by carrying out the
routine maintenance works as decided by the Engineer-in-charge. The routine
maintenance work shall be carried out as per direction of Engineer-in-charge.
Specialrepairs shall be carried out for keeping the CC &BT road surface in perfect
riding condition with required camber and gradient as may be required, from time
to time. Action shall be taken for repairing of all the pot holes, depressions, cuts in
riding surface, as well as in the CC & BT paved portion & other works so that the
crust as well as other components of the work does not get damaged due to any
reasons whatsoever.
During the free maintenance guaranteeperiod, contractor shall have to repair the
damage portion of CC &B.T. surface of road at his risk and costas per direction of the
Engineer-in-charge or GIDC. Where ever, roughness value of B.T. surface during the
maintenance period of 5 years is above 3500 MM/KM, the contractor will have to
provide renewal coating overlay as per requirement of that portion in full width of
B.T. surface for relevant length as directed by the Engineer- in- charge or GIDC. The
roughness value of B.T. surface shall be measured by rough meter or suitable means
as approved by the Engineer –in- charge or GIDC and saidtest shall be carried only
through GERI or any other contractor as approved by the GIDC. The entire cost of
testing shall be borne by the contractor. Contractor will perform such test
periodically (minimum once in a year) during the guarantee period or as directed by
the Engineer-in-charge or GIDC.
The contractor’s scope of work does not include the damages caused by the
following and contractor will not be liable for the same.

 Damages caused by External fire, mishandling or physical breakage due to


mishandling or damages to the building due to any other reasons.
 Damages caused by natural disaster which includes Flooding, heavy rains,
 Earthquake, volcano, cyclone, lighting strike

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
26

 Damages caused by rioting, arsoning.

3) Surveying & measuring equipments:


Equipment for surveying & measurement on the work shall be procured by the
contractor for his use. The same also is made available to the Engineer at site or any
work connected with the contract without any additional charges.
4) Units rates under Schedule "B" :
The Unit rates specified for various items to be executed as per Schedule "B"
attached with the Price Bid are inclusive all labours, materials, testing charges,
equipment, all incidental charges involving in the work and as specified in the Mode
of measurement & payment of detailed specifications of items incl. all taxes, royalty,
octori, transportation cost etc. all as applicable presently as to be enforced for future
by any / all including Central/State Government & Statutory bodies from time to
time.

5) Performance Bond of Nationalized / scheduled Bank :


The contractor shall have to execute the Maintenance Bond of Nationalized
/schedule bank or any approved bank by government’s latest GR in the given
formatattachedherewith or in the format as approved by the Corporation and shall
be for validityperiodof 15 months with effectfrom date of workorder. The banker
shall confirm this every year.
N.S.C./F.D./S.S.N.N.L. shall also be acceptable in favor of Executive
Engineer,GIDC,Ankleshwar.
6) Others :
o In all the items of Schedule “B”, the thickness mentioned is compacted thickness to
be considered for the purpose of measurements and payments.
o The contractor document shall include the original tender papers of GIDC,
submission of contractor negotiation letter, letter of acceptance, agreement in B-2
form and the work order.
o All applicable taxes incl. GST will be the responsibility of the bidder. Any amount for
taxes and GST will not be paid to the bidder by GIDC.

The contractor shall exhibit a board as per requirement of GIDC with detailed
specification and details of work and amount at site at his own cost as directed by
the Engineer-in - charge.

7) GIDC will deduct 1% of the Estimated Cost from each Running Account Bill
against the testing charges of materials brought on site. (As per Clause no.76
of B-2 Agreement of R&B Department)

8) Vehicle Facility for Engineer-in-charge / Supporting Staff:-


As directed by Engineer-in-charge from the date of work order till the completion of
work, Contractor shall provide 1 Nos., 4+1, private or taxi passing A.C. vehicle for
Engineer-in-charge / Supporting Staff at site for 24 hours with driver at free of cost
for limited to 4500 Km per month for each vehicle.

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
27

9) Site office accommodation: -


As directed by Engineer-in-charge, the contractor shall provide and maintained
well-furnished site office, having approximate area 36 sq. mtr. and including all
required tools and plant, computer with printer, internet facilities etc. on site for
GIDC officials.The agency has to arrange at his own cost a properly covered site
office for GIDC Officials / staff having min. size of 6mt x 6mt with all required
Furniture, Toilet facility, Latest updated version Computers (P-4 or above) with
Internet facilities, Laser Printers with required stationary, Cupboards, Mineral
Waters etc. from the starting date of contract and to maintain till completion of
the work satisfactorily.

10) If quantity of any item of BOQ of tender is not executed due to dispute of land or
any other reason, then GIDC will not pay any compensation.For that bidder
cannot approach to the Court/Arbitration for financial implication against GIDC
in this regard.

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
28

PRE-QUALIFICATION APPLICATION
(1) Following constitution of Pre-Qualification evaluation committees is finalized.
Statement 1.1
Sr.
Constitution of Committee
No.
1. Committee Of the Superintending Engineer as under.
1) Superintending Engineer (CG) - Chairman
2) Executive Engineer (Ank) – Member
3) Executive Engineer (M&E) – Member
4) Account Officer - Member

(2) Prequalification criteria for the Civil / Mechanical / Electrical works.


(2.1) Eligibility: -
(2.1.1) Bidder's registration: -
(2.1.1.1)
(I) Only those bidders shall bid whose names are borne on the
approval list of registered contractors in “B” Class & above with
Gujarat state R&BD / W.R.D. / GIDC.

(2.1.1.2) If the Contractor's registration in the required class & category with
Gujarat state R&BD/W.R.D./ GIDC is expired on or before the last
date of online bidding period of the tender, the bidder must submit
through online in electronic form the application for renewal of the
same with the concerned department along with receipt of fees paid
for it. In such cases, the bidder at his own responsibility must
produce valid renewed registration certificate in the required class
& category with Gujarat state R&BD/W.R.D./GIDC before the date of
opening of technical bid. Failing to which the bidder shall be
disqualified for opening of his price bid. Bidder will solely be
responsible for obtaining the required registration.
(2.1.1.3) In context to above Para (2.1.1.2), it is clarified that the bidder who is
having registration in class & category below than the minimum
required class & category and the bidder have applied for up-

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
29

gradation in required class and category with Gujarat state R&BD/


W.R.D. / GIDC shall not be considered valid. In such cases the
bidder shall not be considered eligible for bidding.

(2.1.1.4) The bidder, who is registered in appropriate category of C.P.W.D.,


M.E.S., Railways and Indian state government, can also bid provided
the bidder produce such registration certificate at the time of
bidding and obtain registration in required class & category from the
Gujarat state R&BD / W.R.D. / GIDC before issuing work order.
Bidder will solely be responsible for obtaining the required
registration.

Note :- Joint Venture (JV) is not allowed.


(2.2) Annual Turn Over :

(2.2.1) Average Updated Annual Financial Turnover during the last three
years, i.e. 01/04/2021 to 31/03/2023 financial year shall be at least
30 % of the estimated cost, i.e. Rs. 59.65 Lakhs.

(2.2.2) For arriving at update value, total amount of Turn Over of any one
financial year shall be multiplied by the enhancement factor
corresponding to that financial year. Following enhancement factor
will be applied to total amount of Turn Over in any one financial year
and to bring them to the base year.

Year Financial year Enhancement factor


Base(year of 2023 to 2024 1.00
inviting tender)
-1 2022 to 2023 1.10
-2 2021 to 2022 1.21
-3 2020 to 2021 1.33

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
30

(2.3) Successful experience:


(2.3.1) Bidder must have experience of successfully completed similar
works during last seven years ending last day of month previous to
one in which applications are invited be either of the following.

The bidder must have completed at least Single work of RCC ESR,
Underground Sump with Pump House with Distribution Network involving
DI Pipe work having updated completion cost not less than Rs.159.07
lakhs.(80 % of Estimated Cost)
OR
The bidder must have completed at least two work of RCC ESR, Underground
Sump with Pump House with Distribution Network involving DI Pipe work
having updated completion cost of each work is not less than Rs.99.42
lakhs.(50 % of Estimated Cost)
OR
The bidder must have completed at least Three work of RCC ESR,
Underground Sump with Pump House with Distribution Network involving
DI Pipe work having updated completion cost of each work is not less than
Rs.79.54 lakhs.(40 % of Estimated Cost)

(2.3.2) For arriving at update value, final amount of the work, completed in
any one financial year shall be multiplied by the enhancement factor
corresponding to that financial year. Following enhancement factors
will be applied to final amount of work, completed in any one
financial year and to bring them to the base year. The current
financial year in which bid is invited shall be considered as the base
year.

Year Financial year Enhancement


factor
2023 to 2024 1.00
Base (Year of
inviting tender)
-1 2022 to 2023 1.10

-2 2021 to 2022 1.21

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
31

-3 2020 to 2021 1.33

-4 2019 to 2020 1.46

-5 2018 to 2019 1.61

-6 2017 to 2018 1.77

-7 2016 to 2017 1.95

A work would qualify as similar work only if it meets with definitions given
in below Appendix-A.

APPENDIX-A
(2.3.2.1) DEFINITION OF SIMILAR WORK

The bidder must have completed at least Single work of RCC ESR, Underground
Sump with Pump House with Distribution Network involving DI Pipe work having
updated completion cost not less than Rs.159.07 lakhs.(80 % of Estimated Cost)

OR

The bidder must have completed at least two work of RCC ESR, Underground Sump
with Pump House with Distribution Network involving DI Pipe work having updated
completion cost of each work is not less than Rs.99.42 lakhs.(50 % of Estimated
Cost)

OR

The bidder must have completed at least Three work of RCC ESR, Underground
Sump with Pump House with Distribution Network involving DI Pipe work having
updated completion cost of each work is not less than Rs.79.54 lakhs.(40 % of
Estimated Cost)

Note :-
(1)In case of MOU, the same must be executed on stamp paper of appropriate value & duly
notarized & to be submitted through online by the bidder.
(2.4) Bid Capacity:
(2.4.1) The bidder must have available bid capacity (ABC) more than the
amount put to tender. (Rs. 01,98,84,601.49.00)
ABC =2*A*N-B

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
32

Where,
A is the maximum of updated total amount of works executed in
any one year of the last five financial years i.e. from
Dt.01/04/2018 to Dt.31/03/2023.
N is the number of years prescribed for completion of the
proposed work.
Bis the amount of the exiting commitments and on-going works to
be discharged during time interval of N years from the bid due
date. As per following schedule-E.
SCHEDULE-E
“EXPERIENCE ALL PROJECTS IN PROGRESS”
Give information about all projects which are in progress including the company has
received a letter of intent / acceptance but a formal contract has not yet been awarded.
Emplo Engin Locatio Value Cost Remai Percen Dat Stipula Likely Reaso
yer eer n& of of ning tage of e of ted date of ns for
respo descript contr work work practic wor date of comple slow
nsible ion of act execut to be al k comple tion progr
for works ed as execut comple ord tion of ess, if
super on ed as tion er work any.
vision date on date
of this of this
bid bid
1 2 3 4 5 6 7 8 9 10 11

Total

Note: -Non-disclosure of any information in the schedule will result in


disqualification of the bidder.
(Signature of bidder)
(2.4.2) For the purpose of updating amount of works executed in any
year, procedure narrated as under shall be applied.

(2.4.3) For arriving at update value, total amount of works executed


in any one year shall be multiplied by the enhancement factor
corresponding to that year. Following enhancement factors
will be applied to total amount of works executed in any one

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
33

year and to bring them to the base year. The current financial
year in which bid is invited shall be considered as the base
year.
Year Financial year Enhancement
factor
Base (year of inviting 2023 to 2024 1.00
tender)
-1 2022 to 2023 1.10
-2 2021 to 2022 1.21
-3 2020 to 2021 1.33
-4 2019 to 2020 1.46
-5 2018 to 2019 1.61
(2.4.4) Existing commitments shall include all such works for which
letters of acceptance of the tenders have been received by
bidder till the date on which bidder has submitted his bid for
the proposed work.
2.5. Litigation history:
(2.5.1) The applicant should provide accurate information on
litigation and/or arbitration resulting from contracts
completed or under execution by him over the last five
financial years. A consistent history of arbitration
awards/judgments against the applicant or any partner of a
joint venture may result in disqualification for proposed work.
If the details of litigation history is hidden by the applicant and
later on it comes to knowledge of the employer the bidder
shall be disqualified for the proposed work and other
appropriate action shall be taken against the bidder.
(2.5.2) Information of litigation history in following statement to be
submitted, if any other wise Nil / Not Applicable statement to
be submitted.

LITIGATIONHISTORY
Name of Applicant : -

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
34

Sr. Name of Work Financial Brief Departm Whether Details of Whether


No. Contract Completed Year Detail of ent in awards / result of Judgement
or Under the Oppositi Judgements Arbitration in Favour
Execution arbitratio on is pending / Judgement or in
n/ or made? Against
Litigation
Matter

(Signature of bidder)

(2.6) Affidavit regarding Termination / Blacklisting / Ban / Registration kept


in Abeyance. :-
(2.6.1) The bidders shall be disqualified for opening of his price bid if he is
under blacklist and / or under ban and /or his registration is under
abeyance by any Central / State Government Department, Board,
Corporation, Municipal Corporation, Municipality, Government Local
Bodies, University etc.
(2.6.2) The bidder shall have to submit prescribed notarized affidavit on
appropriate stamp paper as under, failing to which the bidder shall be
disqualified for opening of his price bid.

Affidavit regarding Termination / Blacklisting / Ban / Registration kept in


Abeyance.
(To be submitted on Rs.300/- stamp paper &duly notarized.)
Name of work :-
Tender ID :-
I, ____________________, Age, ___________________, Resident of, ______________ in
the capacity of _________________Do hereby solemnly affirm and declare as under.
We are not under blacklist and / or under ban and /or our
registration has not been kept under abeyance by any Central / State Government

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
35

Department, Board, Corporation, Municipal Corporation, Municipality, Government


Local Bodies, University etc. as on date of participating for this bid.

Date :- Authorised signatory


Place :-
(2.7) Machinery / Equipment: -
Bidder shall have to submit a prescribed notarized undertaking on Rs.300/- stamp paper
for deploying machinery/equipment for the work under tender as per below.
Undertaking for deploying Machineries/Equipments/Tools & Plants
(To be submitted on Rs.300/- stamp paper &duly notarized.)
Name of Work: -
Tender ID: -
APPENDIX – B
Indicative List of minimum Plant & Equipment to be deployed on Contract Work.
Minimum No. of
Sr. No. Type of Equipment equipment
required
1 Motor Grader 1 No.
2 Vibratory Roller 1 No.
3 Hot Mix Plant with Electronic Controls (Minimum 60-70 TPH) 1 No.
4 Sensor Paver Finisher 1 No.
5 Slip form paver with electronic sensor 1 No.
6 Concrete joint cutting machine 1 No.
5 Mechanical Bitumen Sprayer 1 No.
7 Texturing machine 1 No.
8 Tandem Roller 1 No.
9 Pneumatic Tier Roller 1 No.
10 Wet mix plant with electronic controlled system 1 No.
11 Mechanical Broom Hydraulic / Road Sweeper 1 No.
12 Tipper Trucks 2 No.
13 Water Tanker 2 No
14 Concrete Mixers with integral Weight batching Facility 1 No.
15 Needle Vibrator 2 No
16 Excavator 1 No.
17 3 phase DG SET 1 No.
18 Welding Machine 1 No.
19 Crane (Mobile) 1 No.

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
36

20 Levelling instruments (including Square level ) 1 No.


21 Vibro Meter 1 No
22 Digital Type Temprature meter 1 No
23 Sound level meter 1 No
24 Digital Techometer 1No
25 Motor Checker 1 No
26 Hydraulic Crimping tools 1 No
27 Hand operated crimping tools 1 No
28 Clip on Meter 1 No
29 Megger 1 No

I/We hereby undertake that if I/we awarded the above said work then I/we shall deploy all
Machineries/Equipments/Tools and Plants etc. as shown in the Appendix-B in fully
working condition and utilize the same while execution of the work.
We also undertake that i/we shall deploy other Machineries/Equipments/Tools and Plants
etc. over and above shown in Appendix-B in working condition and utilize the same as per
instruction of Engineer-In-Charge.
Failing to above we shall not object any action taken against us within the tender provision.
In case of any dispute, Superintendent Engineer’s decision shall be final.
Date :- Authorized signatory
Place :-

(2.8) Bidding in E-tendering :-


(2.8.1) Submission of documents must be through e-tenderingi.e. electronic
form,unless specified in Para (2.9).

(2.8.2) All of the online submitted documents must be clearly readable, failing towhich
the same shall be considered as void.

(2.8.3) Bids of those bidders who have submitted all information, statistical details as
required in the bid documents through E-Tendering will only be considered. If
the employer desires any clarification, for verification/clarification, ambiguity
of difference found in the documents/statistical details submitted online (by e-
tendering) by the bidder the same shall be furnished within stipulated time
otherwise further processing will be carried out in absence of above and the
bidders shall be liable for any consequence.

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
37

(2.8.4) No bidder can participate in more than one bid for proposed work.

(2.9) Submission of documents :-


(2.9.1) Following documents/papers shall form part of the bid & must be submitted
through online in electronic form unless specified separately, failing to which
the bidder shall be dis-qualified for opening of his price bid.
(2.9.1.1) D.D. of require tender fee. (To be submitted in electronic form at the time of
online submission of the bid & the same to be submitted in original during
prescribed time period for submission of documents in physical form.)
(2.9.1.2) DD/FDR & BG of required EMD. (To be submitted in electronic form at the time
of online submission of the bid & the same to be submitted in original during
prescribed time period for submission of documents in physical form.)
(2.9.1.3) Copy of valid bank solvency certificate of minimum 20 % amount of the
estimated cost put to the tender of the work. (Bank Solvency certificate issued
during current calendar year is considered as valid up to end of the December of
the current calendar year. 31st march of the next calendar year. In case, where
solvency certificate is not obtained in time, the certificate of previous year will
be considered valid up to the end of March of current calendar year. In some
certificates date of validity is stated. In such cases the same stated date is
considered for validation instead of end of December of the current calendar
year.)
(2.9.1.4) Copy of relevant required Registration Certificate / Certificates. (In case of
renewal, copy of application & receipt of fee paid.)
(2.9.1.5) Copy of annual turnover certificate issued by charted accountant for last three
financial years. (If turnover of any of the last three financial years is not shown
in the certificate then the same shall be considered as NIL and accordingly
average annual turnover of last three financial year/years shall be calculated.)
(2.9.1.6) Copy of form-3A / Experience certificate issued by employer (Government /
Semi Government) showing all details as required as per Pre-Qualification
criteria of successful experience of similar work and copy of letter of permission

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
38

given by employer (Government / Semi Government) for subletting the work, if


case may be of.
(2.9.1.7) when employer is not a government, following need also to be furnished.
(2.9.1.7.1) Copy of work order.
(2.9.1.7.2) Copy of agreement.
(2.9.1.7.3) Copy of Form-3A / Experience certificate showing all relevant details issued by
employer & certified by Charted Accountant.
(2.9.1.7.4) Copy of final bill.
(2.9.1.7.5) Copy of TDS certificates.
(2.9.1.7.6) Copy of letter of permission given by employer for subletting the work.
(2.9.1.8) Copy of annual total amount of works executed certificate issued by charted
accountant for last five financial years. (If annual total amount of works
executed of any or some of the last five financial years is not shown in the
certificate then annual total amount of works executed of financial year/years
which has been shown in the certificate shall only be considered.)
(2.9.1.9) Schedule-E “Experience all projects in progress” as under in prescribed format
as Per Para (2.4).
(2.9.1.10) Litigation history as per Para (2.5).
(2.9.1.11) Affidavit regarding Termination / Blacklisting / Ban / Registration kept in
Abeyance as per Para (2.6).
(2.1.1.12) The undertaking for deploying machinery/equipment for the work under
tender as per Para (2.7).
(2.9.1.13) MOU & all relevant required documents of MOU agency.
(Note :- The MOU must be submitted in prescribed format as incorporated in the
approved D.T.P.& to be executed on relevant valued stamp paper & duly
notarized.)
(2.9.2) Following documents/papers shall also form part of the bid, but these
documents are not mandatory to be submitted through online in electronic
form. However, the same shall be submitted in physical form, if not submitted
through online in electronic form, within time period given by authority holding
the digital key, failing to which the bidder shall be dis-qualified for opening of
his price bid.

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
39

(2.9.2.1) Copy of registration certificate of firm / documents of public limited / private


limited / partnership firm / proprietor firm, whichever is applicable. For
example, Partnership Deed, Certificate of incorporation, Memorandum of
association, Article of Association etc.
(2.9.2.2) Copy of Power of Attorney, if any.
(2.9.2.3) Copy of PAN Card.
(2.9.2.4) Copy of latest income tax return certificate. (Note :- latest income tax return
certificate means the income tax return certificate of the last completed
financial year for which pre-determined/extended time period by the Income
Tax Department for filing income tax return is over on or before last date of
online submission.
(2.9.2.5) Copy of Goods & Services (G.S.T.) registration certificate.
(2.9.2.6) Copy of RPFC registration certificate.
(2.9.2.7) Copy of RPFC Challan of any of the completed last three months from the month
of last date of online submission of the tender.
(2.9.3) Following Undertaking / Declaration to be incorporated on (n) Procure
website in such a manner that without attending this undertaking / declaration
the tender cannot be uploaded.
UNDERTAKING / DECLARATRION
“I hereby declare that I have after thoroughly understand the Pre-Qualification
criteria / conditions and the details filed & documents submitted are true and
correct to the best of my knowledge and belief. I shall not have any objection
against any action taken by GIDC if any of the information submitted is found to
be incorrect / false.”
(2.9.4) Any information, data, statistics etc. which are not related to bid document will
not be considered in evaluation even through furnished by the applicant.
(2.9.5) In accordance with stipulated of Para (2.8), employer reserves the right to call
any information/documents which is mandatory, essential and critical for the
purpose of evaluation. Any information provided by the applicant after last date
of electronic submission will not be considered in evaluation, unless except the
employer has specially asked for any information/document, which is
mandatory, essential and critical for evaluation of PQ document. If required

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
40

information is not furnished within stipulated time, proposal will be liable for
rejection.
(2.9.6) If any of the information provided by the bidder is found false during scrutiny or
at the later stage, his EMD shall be forfeited and he shall be disqualified for the
proposed work. In case when bidder has furnished exemption certificate in lieu
of EMD, an amount equal to EMD shall be appropriated from his FDR pledged to
avail of exemption certificate. If any of the information provided by the bidder is
found false after award of work, the performance security of the bidder shall be
forfeited and the contract shall be terminated.
(2.9.7) Authority holding the digital key ((n) code solution), respective Executive
Engineer of Civil branch, respective Executive Engineer of M&E branch and
Account Officer / Divisional Accountant of the respective Division office shall be
jointly liable to download, evaluate, verify all online documents submitted by
the bidder with respect to Pre-Qualification criteria.
(2.9.8) In case of committee of Chief Engineer, concerned field Superintending Engineer
and Concerned field Executive Engineers (Civil) & (M&E), after carried out all
above procedures and verifying all print outs of the online documents submitted
by the bidders, shall submit the same documents (Indicating page no. on each &
every documents submitted by the bidder through online in electronic form.)
along with evaluation sheet (Details against each P.Q. Criteria along with page
No., remarks etc. Note :- To be prepared by respective Executive Engineer of
Civil branch, respective Executive Engineer of M&E branch and Account Officer
/ Divisional Accountant of the respective Division office jointly), duly signed by
all the concerned, to Chairman (i.e. Chief Engineer) of the Pre-Qualification
committee and also shall brief the other members of the Pre-Qualification
committee on documents submitted by the bidders through online in electronic
form and evaluation done by his office, at the time of meeting of the Pre-
Qualification committee.
(2.9.9) In case of committee of Superintending Engineer, concerned field Executive
Engineer (Civil) & (M&E) and Account Officer/Divisional Account jointly, after
carried out all above procedures and verifying all print outs of the online
documents submitted by the bidders, shall submit the same documents

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
41

(Indicating page no. on each & every documents submitted by the bidder
through online in electronic form.) along with evaluation sheet (Details against
each P.Q. Criteria along with page No., remarks etc.), duly signed by all the
concerned, to Chairman, (i.e. Superintending Engineer) of the Pre-Qualification
committee and also shall jointly brief the Chairman of the Pre-Qualification
committee on documents submitted by the bidders through online in electronic
form and jointly evaluation done by them, at the time of meeting of the Pre-
Qualification committee.

(2.9.10) Accordingly, concerned Pre-Qualification committee shall decide to qualify /


dis-qualify the bidder & circulate / issue minutes of the meeting to concerned
for further action.

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
42

ANNXURE - I
Form of Bank Guarantee
(Earnest Money Deposit)

Whereas M/s. ………………………………………………………… (Hereinafter called Bidder) is


desirous and prepared to tender for work in accordance with terms and conditions of
Tender No. ...................................... dated …………....And whereas we …………………Bank, agree to
give the Bidder a Guarantee for the Earnest Money Deposit.
1. Therefore, we here by affirm that we are Guarantors on behalf of the Bidder upto a
total of Rupees ………………………………… (i.e. Rs. …………………………) and we undertake
to pay the Executive Engineer, Gujarat Industrial Development Corporation,
Bharuch, upon his first written demand and without demur, without delay and
without necessity of previous notice of individual or administrative procedure and
without necessity to prove the bank the defects or short coming or debit of the
bidder any sum within the limit of Rupees………………………………….
2. We further agree that the guarantee here in contained shall remain in full force and
effect during the period that would be taken for the acceptance of tender. However,
unless a demand or claim under this guarantee is made only in writing on or before
the ……………………………… We shall be discharged from all liabilities under the
guarantee there after.
3. We undertake not to revoke the guarantee during its currency except with the
previous consent of the Executive Engineer, Gujarat Industrial Development
Corporation, Bharuch, in writing.
4. We lastly undertake not to revoke the guarantee for any change in constitution of
the Bidder or the Bank.
Signature and Seal of Guarantor
Date : Bank :
Address :

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
43

APPENDIX – C
SELF EVALUATION FORM

Sr. Requirement as per M/s. …………………………………………………… Page


Component Remarks
No. tender No.
DETAILS FURNISHED BY BIDDER
Name of Bank
Tender Fees
1 Rs.4248.00/- by DD D.D. No. and Date
including GST
Amount in Rs.
Name of Bank
(A) Rs.50,000.00
D.D. / F.D.R. No. and Date
by DD / FDR
Amount in Rs.
EMD (Rs.
2 (B) Name of Bank
01,98,847.00/-)
Rs.01,48,847.00by B.G. No. and Date
B.G. (Schedule or
Nationalized Bank Valid up to Date.
Only) Amount in Rs.
Name of Bank
20% amount of
Bank Solvency Estimated Cost i.e. Amount in Rs.
3
Certificate Rs. 39,76,920.00) Date of Issue
(Refer Para 2.8.1.3)
Valid up to Date.

Registration Name of Department


(A) “B” Class &
4 certificate & special Valid up to Date.
category (Civil) Above
Authority
Average updated Financial
Year Enhancement Turn
Annual Financial year
Factor Over
Turnover during Base (year of
2023- C.A.
C.A. Certified and the last three year inviting 1.00
2024 Certified
copy of Annual shall be at least tender)
5 Copy must
Turnover for Last Rs. 59.65 Lakh 2022-
-1 1.10 be
Five Financial Years (i.e. 30 % of the 2023
submitted.
2021-
estimated cost.) -2
2022
1.21
(Refer Para 2020-
-3 1.33
2.9.1.5) 2021
Road work

Name of work
Date of Completion
Successful Amount of Work (Rs. Lakh)
Experience of Successful Enhancement Factor
Similar Work: Experience of Updated Amount (Rs. Lakh)
copy of completion Name of Department and
Similar Work: Authority
6 work. (Form 3A)
must submit by the (Civil Work) As
bidder. per Appendix - Private work details
(As per Appendix - A
A) Copy of work order
Copy of aggrement
Copy of form 3A
Copy of final bill

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
44

Copy of TDS
Copy of letter of permission
given by emaployer for
subletting the work
Date of Completion
Amount of Work (Rs. Lakh)
Enhencement Factor
Experience all projects in progress"-
7 (Refer Para 2.4)
SCHEDULE-E

Litigation History (Refer Para 2.5)


8
Details
shall be
given on
Affidavit regarding Termination / Blacklisting / Rs. 300/-
9 (Refer Para 2.6)
Ban / Registration kept in Abeyance stamp
paper
duly
notarized
Details
shall be
given on
Machinery/Equipment: Proof of deployment of
Rs. 300/-
10 required minimum machinery / equipments (Refer Para 2.7)
stamp
mentioned in Appendix – B
paper
duly
notarized
11 Registration certificate / Documents of /public To be furnished whichever
Limited / Private Limited/ Partnership deed / is applicable
Proprietor Firm.
12 Power of Attorney
13 Bid Capacity
ABC=2*A*N-B
A=
A = Maximum updated total amount executed N=
in any one year from 2018-19 to 2022-23 B=
N = 1.00 (Time Limit 12 Months ) is the number ABC =
of years prescribed for completion of the
proposed work.
B is the amount of the existing
commitments and ongoing works to be
discharged during time interval of N years from
the bid due date. As per following schedule E.
The bidder must have Available Bid Capacity
(ABC) more than the tender amount i.e. Rs.
01,98,84,601.49

14 C.A. Certified copy of Annual work execution Year Updated


amount for Last Five Financial Years (For Bid value of
Financial Enh.
capacity ) turn
Year Factor
over
(Lacks)
Base (Year 2023- 1.00
of inviting 2024
tender)
-1 2022- 1.10
2023

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
45

-2 2021- 1.21
2022
-3 2020- 1.33
2021
-4 2019- 1.46
2020
-5 2018- 1.61
2019
15 Latest Income tax (A) Year of Income tax Assessment Year
return filed and PAN Return filed
Name
Card Details
(B) PAN Card No. PAN Card No.
Name
16 Goods and Service GST No. GST No.
Tax (GST) Number Name

(A) RPFC Registration Certificate No.


Name
RPFC Registration
17 certificate & RPFC (B) RPFC Challan of any of the completed last three
Challan months from the month of last date of submission of
the tender.
Name
Undertaking /
18 Truth fullness certificate
Declaration
19 Other Remarks
Whether Qualified or
20
not?

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
46

GENERAL TECHNICAL SPECIFICATION

Name of work :Construction of ESR, U G Sump, Rising main, Pump House,


Distribution Network, Bore Well, Compound wall, Paver
Block & Tree Plantation at Dondwada Industrial Estate.(Re-
Invited)
1) GENERAL :
These specifications apply to all such roads and other its related works as are
required to be executed under the contract or otherwise directed by the Engineer-
in-charge. In every case, the work shall be carried out to the satisfaction to the
Engineer and confirm to the location, lines, dimensions, grades, & cross section
shown on the drawing or as indicated by the Engineer.

The quantity of materials, processing of materials as may be needed at the site,


silent feature of the construction work and quality of finished work shall comply
with the requirements set forth in succeeding section, where the drawing and
specification describe a portion of the work in only general terms and not in
complete detail it shall be understood that only the best general practice to prevail,
materials and workmanship of the best quality are to be employed and instruction
of the Engineer are to be fully complied with.

A list of Indian Road Congress Specifications, Recommended code of practice and


specification of Road and Bridge works (Ministry of Road Transport & Highways)
published by I.R.C. etc., which have been made use of in the preparation of these
specifications.

The latest edition of all specifications / standards till 30 (thirty) days before the
final date of submission of tender, shall be adopted.

2) DEFENITIONS :
The words like contract, contractor / binder , Engineer (Synonymous) with
Engineer-in-charge, drawings, employer, Government, G.I.D.C, DIA ., Works & work
site used in this specifications shall be considered to have the meaning as
understood from the definitions of these terms given in the General condition of
contract.

The following abbreviations shall have the meaning as set forth below :
ASTM : American Society for Testing and Materials.
BS :British Standard published by the British Standards Institutions.

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
47

CBR : California Bearing Ratio


IRC : Indian Road Congress.
IS : Indian Standard published by the Bureau of Indian Standards.
MORT & H: Ministry of Road Transport & Highways – Specifications for road and
bridge works published by the I.R.C.
PWD :Public Works Department.

3) MATERIAL & TEST STANDARDS :

The relevant standard of material as well as the testing procedures, have been
indicated at appropriate place in the specification or standard books of I.R.C./I.S
code/MORT & H.

4) SIEVE DESIGNATION :
The sieve designation referred to the specification correspondence to those
specified by Bureau of Indian Standard in I.S. 460.

5) SCOPE OF WORK :
The work to be carried out under the contract shall consist of the various items as
generally described in the tender documents as well as in the bill of quantities
furnished in the tender documents.

The work to be performed shall include all general works, preparatory to the
construction of road and all other related works. The work shall include work of any
kind necessary for the due and satisfactory construction, completion and
maintenance of the works to the intent and meanings of the drawings and these
specification and further drawings and orders that may be issued by the engineer
from time to time.

The scope of work shall include compliance by the contractor with all general
condition of contract, whether specifically mentioned or not in the various clauses of
these specifications, all materials, apparatus, plant, equipment, tools, fuel, watering,
strutting, timbering, transport, offices, stores, workshop, staff, labour and provision
of proper and sufficient protective work, diversions, temporarily fencing & lighting.
It shall also include : Safety of workers, first-aid equipments, suitable
accommodation staff and workman with adequate sanitary arrangement, the
effecting and maintenance of all insurance, the payment of all wages, salaries, fees,
royalties, duties, or other charges arising out of the erection of the work and the
regular clearance of rubbish, reinstatement and cleaning up of the site as may be
required on completion of works, safety of the public and protection of the works
and adjoining land.

The contractor shall ensure that all actions are taken to built in quality insurance in
the planning and execution of the work. The quality insurance shall cover all stages
of work, such as setting out, selection of materials, selection of construction method,

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
48

selection of equipment and plant, deployment of personnel and supervisory staff,


quality, control, testing etc. The work of building in quality insurance shall be
deemed to be covered in this scope of the work.

6 ) REFERENCE STANDARD BOOKS:


The work included in this contract, shall be carried out in accordance with the
specifications, rules and regulations as laid down in the books mentioned below:
A. Specifications for Road & Bridge Works, Ministry of Road Transport &
Highwaypublished by Indian Road Congress - IVth revision or revised from
time to time.
B. For Drum mix plants and accessories to be used for the work shall be in
conformity with the specifications prescribed vide Govt. of India M.O.S.T.
circular No. RW/24011/2/89-RMP, dtd. 29/09/1989. The plant shall be
equipped with all units and accessories as per latest I.S. :3056- 1995 & as
amended from time to time.
C. For paver finisher: Requirement for essential features for paver finisher: (As
per M.O.S.T. specification-2nd Revision February-1998 or as revised from
time to time) and as specified in the tender documents.
D. Relevant I.S. and I.R.C. specified in specification of item.
E. P.W.D. Hand Book Vol. I and II.

If the reference books quoted above fall short for the items quoted in the schedule of
this contract, reference shall be made to Indian Standard Specification of the latest
addition, If any of the items of this contract are not covered by reference books
quoted above, details and specifications directed by the Supdt. Engineer, GIDC, shall
be final.

This shall depend on the standard specifications followed in difference countries of


the World for the item concerned.

7) GENERAL CONDITION REGARDING USE OF EQUIPMENT ON WORKS:


In addition to the general conditions already indicated, the following conditions
regarding use ofequipment in works shall be satisfied.
i. The contractor shall be required to give a trial run of the equipment(S) or
establishing theircapability to achieve the laid down specifications and
tolerance to the satisfaction of the Engineer before commencement of the
work.
ii. All equipment provided shall be of proved efficient and shall be operated and
maintained at all times in a manner acceptable to the Engineer.
iii. All the plant / equipment to be deployed on the work shall be got approved
from the Engineer for ensuring their fitness and efficiency before
commencement of the work.
iv. Any material or equipment not meeting the approval of the Engineer shall be
removed from the site forthwith.

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
49

v. No equipment or personnel will be removed from site without permission of


Engineer.
vi. The contractor shall also make available the equipment for site quality
control work as directed by the Engineer.

8) CONTRACT DRAWINGS :
The contract drawings provided for tendering purpose shall be as content in the
tender documents and shall be use as a reference only.

The two copies of the drawings, on the basis of which actual execution of the work is
to proceed, shall be furnished free of cost to the contractor by the GIDC,
progressively according to the work program submitted by the contractor and
accepted by the Engineer.

Examination and / or approval by the Engineer of any drawings or other documents


submitted by the contractor shall not relieve the contractor of his responsibilities
and liability under the contract.

9) PROGRAMMING:
The Executive Engineer may at any time give directions as to the order & manner in
which the several parts of the work shall be carried out. The contractor shall strictly
observe such directions. The contractor shall at all-time be responsible for any
damage and trespass committed by his agent and working people in earring out the
work unless trespass is authorized by the Executive Engineer is working.

10) PERMIT & LICENSE:


The contractor shall procure at his sole expenses all permit & license & pay all
charges and fee for lawful execution of the work.

11) INSPECTION OF WORKS & MATERIALS:


For Site engineer, Agent & employees of the contractor shall provide safe and
proper facilities.

1. The inspection of work shall not be relieved the contractor of his obligations
to fulfill the terms of the contract as herein prescribed by the plans and
specifications.
2. The Executive dates of work.The contractor shall furnish written information
to the Executive Engineer, carting the original sources of supply and dates of
manufacturing of all materials brought to site of the work.
3. In order to ensure a proper time sequence for required inspection and
approval, this information shall be furnished at least two weeks or as
directed by the Engineer-in-charge in advance of use or incorporation in the

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
50

work of any such materials and this shall be given in written by the
contractor.
4. Failure to reject any defective work or materials at any time will not in any
way prevent later rejection when such defects is discovered or observed by
the department to the final acceptance.

GENERAL SPECIFICATION FOR QUALITY CONTROL ON WORKS & MATERIALS:

(1) GENERAL
1.1) The contractor shall be responsible for the quality of the work in the entire
construction work within the contract. He shall, therefore, have his own independent
and adequate set up for ensuring the same.
1.2) The contractor shall provide necessary co-operation and assistance in obtaining the
samples for test and carrying out the field tests as required by the Engineer-in-
charge from time to time. This may include provision of labour, attendance,
assistance in packing and dispatch and any other assistance considered necessary in
connection with the test.
1.3) All materials to be used, all method adopted and all works performed shall be strictly
in accordance with the requirements of this specification. The contractor shall set up
field laboratory at the location approved by the Engineer & equip the same with
adequate equipment and personnel in order to carry out all required test & quality of
control work as per specification or as directed by the Engineer-in-charge. The list of
equipment & the facilities to be provided shall be got approved from the Engineer-in-
charge in advance.
1.4) The contractor's laboratory should be manned by a qualified materials Engineers,
Civil Engineers, assisted by experienced technicians & the set up should be got
approved by the Engineer.
1.5) The contractor shall carry out quality control tests on the materials & work to the
frequency stipulated in subsequent paragraphs. In the absence of clear indications
about method and or frequency of tests for any item, the instructions of the Engineer
shall be followed.
1.6) For satisfying himself about the quality of the materials & work, quality control test
will also be conducted by the Engineer, and Corporation's quality control units or
consultant as approved by the Corporation, generally to the frequency set forth
herein under. Additional tests may be also conducted where, in the opinion of the
Engineer, need for such test exists.
1.7) For the work of embankment, sub-grade, and pavement, construction of subsequent
layer of same or other materials the finished layer shall be done after obtaining
permission the Engineer. Similar permission from the Engineer shall be obtained in
the respect of all other items of work prior to proceeding with the next stage of
construction.
1.8) The contractor shall carry out modifications in the procedure of work if found
necessary, as directed by the Engineer during inspection. Works failing short of

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
51

quality shall be rectified / redone by the contractor at his own cost and defective
work shall also be removed from the site of work by the contractor at his own cost.
1.9) For testing of samples of soil/soil mixes, granular materials, and mixes, bituminous
materials & mixes, aggregates, course etc. samples in the required quality & form
shall be supplied to the Engineer by the contractor at his own cost.
1.10) For cement, quarry spauls, aggregate, bitumen, mild steel similar other materials
where essential tests are to be carried out at the manufacture’s plant or at laboratory
other than the site laboratory, the cost of samples, sampling, testing, and furnishing
of test certificate . He shall also furnish the test certificate to the Engineer.
1.11) The contractor should not that materials other than site laboratory shall be tested in
Govt. recognized laboratory at his own cost.
1.12) For testing of cement concrete at site during construction, arrangement for supply of
samples, sampling. testing & supply of test results shall be made by the contractor as
per the frequency and number of test specified in the Hand book of Quality control
for construction of roads and runways (IRC Special publication No.ll), and the
Ministry of Shipping & Transport Specifications and where the same are silent, as per
the relevant IRC Standards, specifications, guidelines, Special publications and IS
Standards. In the absence of relevant Indian standards, the sampling and testing
procedure to be used shall be approved by the Engineer. Where the Engineer
considers that in the interest of the Control of Quality on materials or workmanship,
modifications, if any, are necessary, such modifications shall be carried out by the
Contractor at no extra cost. The sampling and testing procedure to be used shall be
approved by the Engineer and his decision shall be final and binding on the
contractor.
1.13) The materials shall be tested in approved Laboratory other than site laboratory.
1.14) Norms for testing the Building Materials given in this volume shall also be followed.
1.15) The materials for embankment construction shall be got approved from the
Engineer. The responsibility for arising & obtaining the land for borrowing or
explore in any other way shall rest with the contractor who shall ensure smooth &
uninterrupted supply of materials in the required quality during the construction
period.
1.16) Similarly, supply of aggregates for construction of road pavement shall be from
quarries approved by the Engineer. Responsibility for arising uninterrupted supply
of material from the source shall be that of the contractor.

(2) DEFECTIVE MATERIALS:


All materials, which the Engineer/ Q.C. unit of Corporation/ Third Party Inspector
appointed by the Corporation has determined as not conforming to the requirements
of the contract shall be rejected whether in place or not, they shall be removed
immediately from the site as directed. Materials, which have been subsequent
collected, shall not be used in the work unless approval is accorded in writing by the
Engineer. Upon failure of the contractor to comply with any order of the Engineer/
Q.C. unit of the Corporation / Third Party Inspector appointed by the Corporation,
given under this clause. Engineer/ Q.C. unit of the Corporation / Third Party

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
52

Inspector appointed shall have authority to cause the removal of rejected material
and to deduct the removal & allied cost thereof from any payments due to the
Contractor.

(3) CONTROL OF ALIGNMENT, LEVELS & SURFACE REGULARITY.


3.1) GENERAL:
All works performed shall conform to the lines, grades, cross sections and
dimensions shown on the drawings or as directed by the Engineer-in-charge subject
to the permitted tolerances described hereinafter.
3.2) HORIZONTAL ALIGNMENT:
Horizontal alignment shall be reckoned with respect to the centre line of the
carriageway as shown on the drawings. The edges of the carriageway as constructed
shall be corrected within a tolerance of +/- 10mm there form. The corresponding
tolerance for edges of the roadway and lower layers of pavement shall be +/- 25mm.
3.3) LONGITUDINAL PROFILE:
The levels of the sub grade and difference pavement courses as constructed shall
not vary from those calculated with reference to the longitudinal and cross profile of
the road shown on the drawings or as directed by the Engineer-in charge, beyond
the tolerance mentioned below:

1 Sub grade + 20mm


- 25mm
2 Sub-base + 10mm
(a) Flexible pavement - 20mm
(b) Concrete pavement + 6mm
3 Sub-base for flexible payment
(a) Bituminous course +/- 6mm
(b) Other than bituminous
(i) Machine laid +/- 10mm
(ii) Manually laid +/- 15mm
4 Wearing course of flexible pavement.
(i) Machine laid +/- 6mm
(ii) Manually laid +/- 10mm
5 Cement concrete pavement +/- 5mm
- 6mm
Provided, however, that the negative tolerance for wearing course shall not be
permitted in conjunction with the positive tolerance for base course if the thickness
of the former is thereby reduced by more than 6mm for flexible pavement and 5mm
for concrete pavement.
For checking compliance with the above requirement for sub-grade, sub-base &
base courses, measurement of the surface levels shall be taken on a grid of points
placed at 6.25mm longitudinally and 3.5 mtr, transversely. For any 10 consecutive
measurements taken longitudinally and transversely, not more than one
measurement shall be permitted to exceed the tolerance as above, this one

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
53

measurement being not in excess of 5mm above the permitted tolerance.


For checking the compliance with the above requirement for bituminous wearing
courses and concrete pavements, measurement of the surface levels shall be taken
on a grid of points placed at 6.25mm along the length and at 0.5mtr. from the edges
& at the centre of the pavement. In any length of the pavement, compliance shall be
deemed to be meet for the final road surface, only if the tolerance given above is
satisfied for any point on the surface.

3.4) SURFACE REGULARITY OF SUB GRADE & PAVEMENT COURSES:


The surface regularity of completed sub-base, base courses and wearing surfaces in
the longitudinal and transverse directions shall be within the tolerance indicated in
Table-1.
The longitudinal profile shall be checked within a 3 meter long straight edge/
moving straight edge as desired by the Engineer, at the middle of each traffic lane
along a line parallel to the centre line of the road. The maximum permitted number
of surface irregularities shall be as per Table -1 below.
TABLE-1 : MAXIMUM PERMITTED NUMBER OF SURFACE IRREGULARITIES

Surfaces of Surfaces of laybys


carriageways & paved Service area and all
shoulder bituminous base courses

Irregularity 4mm 7mm 4mm 7mm

Length (M) 300 75 300 75 300 75 300 75

Double lane/single lane 20 9 2 1 40 18 4 2

The maximum allowable difference between the road surface & underside of a 3
mtr, straight edge when place parallel with or at right angles to the centre line of the
road at points decided by the Engineer shall be :
For pavement surface (bituminous & cement concrete) 3 mm
For bituminous base courses 6 mm
For Granular sub-base/base courses 8 mm
For sub-bases under concrete pavements 10 mm
3.5) RECTIFICATION:
Where the surface irregularity of sub grade and the various pavement courses fall
outside the specified tolerance, the contractor shall be liable to rectify these in the
manner described below and to the satisfaction of the Engineer-in-charge.
(i) Sub grade:
Where the surface is high, it shall be trimmed and suitably compacted. Where the

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
54

same is low, the deficiency shall be corrected by adding fresh material. The degree
of compaction and the type of material to be used shall conform to the relevant
specifications.
(ii) Granular/ Sub base:
Same as at (i) above except that the degree of compaction and the type of material to
be used shall conform to the relevant specifications.

4.0) QUALITY CONTROL TESTS DURING CONSTRUCTION:


4.1) GENERAL:
The materials supplied and the works carried out by the contractor shall conform to
the specifications prescribed in the preceding clauses.
For ensuring the requisite quality of construction, the materials and works shall be
subjected to quality control tests, as described hereinafter by the Engineer-in-
charge shall have the full authority to carry out tests as frequently as he may deem
necessary to satisfy himself that the materials and works comply with the
appropriate specification. Test procedure for the various quality control tests are
indicated in the respective sections of the specifications or for certain tests within
this section. Where no specific testing procedure is mentioned, the tests shall be
carried out as per the prevalent accepted engineering practice to the directions of
the Engineer in-charge.

4.2) TESTS ON EARTH WORK FOR EMBANKMENT CONSTRUCTION:


4.2.1: Borrow materials:
a) Sand content (I.S.:2720 -Part-4) : Two tests per 3000 cu.mts. of soil.
b) Plasticity test (I.S.:2720-PART-5):Each type to be tested,2 tests/ 3000 M3 of soil.
c) Density Test (I.S.:2720 -PART-8):Each type to be tested,2 tests/ 3000 M3 of soil.
d) Each soil type to be tested, 2 tests per 3000 cu.mts.of soil.
e) Deleterious content Test (I.S.:2720 -Part-27) as & when required by Engineer
f) Moisture content Test (I.S.:2720 -Part-2)One test for every 250 M2 of soil.
g) C.B.R. test on materials to be incorporated in the sub grade on soaked/ unsoaked
samples (IS:2720-Part-16) one CBR test for every 3000 cu.mtr. at least or closer as
and when required by the Engineer-in-charge.
4.2.2.: COMPACTION CONTROL:
Control shall be exercised by taking at least one measurement of density for each
5000 square meters of compacted area or closer as required to yield the minimum
number of test results for evaluating day's work on statistical basis. The
determination of density shall be in accordance with I.S. :2720 -Part-28). Test
locations shall be chosen only through random sampling techniques. Control shall
not be based on the result of anyone test but on the mean value of a set of 5-10
density determinations. The number of test in one set of measurements shall be 6 (if
nondestructive test are carried out, the number of test shall be doubled) as long as it

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
55

is felt that sufficient control over borrow material and the method of compaction is
being exercised. If considerable variations are observed between individual density
results, the minimum number of tests in one set of measurement shall be increased
to 10. The acceptance criteria shall be subject to the condition that the mean density
is not less than specified density plus:
1.65 - 1.65 : times the standard deviation.
(No. of samples) 0.5
However, for earthwork in shoulders (earthen) and in the sub grade, at least, one
density measurement shall be taken for every 500 square meters of the compacted
area provided further that the number of tests in each set of measurements should
be at least 10. In other respects, the control shall be similar to that described earlier.

4.3) TESTS ON SUB BASE AND BASES & BITUMINIOUS WORKS:


The tests and their frequencies for the different types of bases and sub-bases shall
be as given in TABLE-2. The evaluation of density results for compaction control
shall be on lines similar to those set on in Clause-4.2.2.
TABLE-2:CONTROL TEST & THEIR MINIMUM FREQUENCY FOR SUB-BASE / BASE /
BITUMEN WORK.(As per MoRTH 5th revision , Table no-900-3 ,4& 6)
(Sr No. 10-15 given below are for frequency of quality control tests for pavement
concrete)
TYPE OF
SR.NO. CONSTRUCTION & TEST FREQUENCY
MATERIALS.
1 E/w for 1) M.D.D. Test As Required.
embankment with 2) Moisture content prior One Test per 200 m3
excavated stuff / to compaction.
selected soil having 3) Density of compacted One test per 500 m3
MDD not less than layer.
19.5 KN / m3 4) Deleterious constituents. As required.
2 Granular sub-base 1) Gradation One test per 400 m3
(Quarry spall) 2) Atterberg limits -do-
3) Moisture content prior One test per 450 m3
to compaction.
4) Density of compacted One test per 1000 Sq.M
layer.
5) Deleterious constituents. As required
6) C.B.R. value As required.
3 W.B.M. 1) Aggregates Impact value One test per 1000 m3 of
aggregates.
2) Grading One test per 250 m3
3) Flakiness index One test per 500 m3 of
&elongation index Aggregate
(Total)
4) Atterberg limits of One test per 50 m3 of Binding
binding material. Material

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
56

5) Atterberg limits of One test per 100 m3 of


portion of aggregate aggregates.
passing 425 micron
sieve.
4 Wet Mix Macadam 1) Aggregates Impact value One test per 1000 m3 of
aggregates.
2) Grading One test per 200 m3
3) Flakiness index & One test per 500 m3 of
elongation index (Total) Aggregate

4) Atterberg limits of One test per 200 m3 of Binding


portion of aggre. passing Material
425 micron sieve.
5) Density of compacted One test per 1000 m3 of
layer. aggregates.
5 Paving Bitumen Nos. of tanker No. of test.
/bitumen emulsion 1 1
2 to 15 2
16 to 50 3
51 to 150 5
151 to 500 8
Above 501 13
6 Prime coat / Tack 1 Quality of binder Two samples per lot to be
coat subjected to all or some tests as
2 Binder temperature for directed by the Engineer
application. As regular close intervals.
3 Rate of spread of binder.
Three tests per day.
7 Surface dressing. 1 Quality of binder Number of samples per lot and
tests as per IS: 73, IS:217 and IS:
8887 as applicable.
2 Agg. impact value / Los One test per 200 Cu.m of each
angles abrasion value. source and whenever there is
change in quality of aggregates.
3 Flakiness index & One test per 100 Cu.m of each
elongation index source and whenever there is
change in quality of aggregates.
4 Stripping value of One test of each source and
aggregate. whenever there is change in
5 quality of aggregates.
6 Water absorption of -do-
7 aggregates. -do-
8 Water sensitivity of Mix Two test per day
Grading of aggregate At regular close intervals.
Temperature of binder
at the time of
application.

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
57

9 Polishing stone value. One test of each source and


whenever there is change in
quality of aggregates.
10 Soundness (Magnesium One test of each source and
& Sodium sulphate) whenever there is change in
quality of aggregates.
11. Rate of spread of Three test per day
materials
12. Percentage of Fractured One test per 100 cu.mt of
phases. aggregate
8 B.M. &SDBC. 1 Quality of binder Number of samples per lot and
tests as per IS: 73, IS:217 and IS:
8887 as applicable.
2 Agg.impact value / Los One test per 200 Cu.m of each
angles abrasion value. source and whenever there is
change in quality of aggregates.
3 Flakiness index & One test per 350 Cu.m of each
elongation index source
4 Stripping value of
aggregate. Same as Mentioned under Serial
Water sensitive of mix . No. 7

5 Grading of aggregates. Same as Mentioned under Serial


6 Water absorption of No. 7
7 aggregates. Same as Mentioned under Serial
Soundness ( Magnesium No. 7
& sodium sulphate) Same as Mentioned under Serial
Percentage of Fractured No. 7
phases.
Binder content
&aggregate grading.

8 Control of temperature Same as Mentioned under Serial


of binder & aggregate for No. 7
9 mixing & of the mix at
the time of laying & Same as Mentioned under Serial
10 rolling. No. 7
Rate of spread of mixed
11 materials. Same as Mentioned under Serial
Density of compacted No. 7
layer.
Same as Mentioned under Serial
No. 7
12 1 test per 700 m2 area.

13 At regular interval.

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
58

9 DBM / BC 1 Quality of binder Number of samples per lot and


tests as per IS: 73, IS:217 and IS:
8887 as applicable.
2 Agg.impact value / Los One test per 350Cu.m of each
angles abrasion value. source and whenever there is
change in quality of aggregates.
3 Flakiness index & One test per 350 Cu.m of each
elongation index source and whenever there is
change in quality of aggregates
4 Soundness Test One test of each source and
whenever there is change in
5 Water absorption of quality of aggregates.
aggregates One test of each source and
6 whenever there is change in
Sand equivalent test. quality of aggregates.
7 One test of each source and
Plasticity Index whenever there is change in
8 quality of aggregates.
Polished stone Value One test of each source and
9 whenever there is change in
Percentage of Fractured quality of aggregates.
10 phases. One test of each source and
whenever there is change in
Mix grading. quality of aggregates.
One test per 350 cu.mt of
aggregates when crushed gravel
11 is used
One set of tests on individual
Stability & Voids analysis constituents and mixed
of mix including aggregate from the dryer for
theoretical maximum each 400 tonnes of mix subject
12 specific of loose mix to minimum of two tests per
Moisture susceptibility plant per day
of mix
13 Three test for stability, flow
temperature of binder in value, density and void contents
14 boiler, aggregate in the for each 400 tonnes of mix
15 dryer and mix at the subject to a minimum of two
time of laying and rolling tests per plant per day
binder content
16 One test for each mix type
Rate of spread of Mix whenever there is change in
material. quality of aggregates.
Density of compacted
layer. At regular intervals.

One set for 400 tones of mix


subject to minimum of two tests

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
59

per day per plant.


After every 5th truck load

One test per 700 sq.mt area

10 Cement 1) Physical & chemical test. Once for each source of supply
IS – 269,455,1489, 8112 and occasionally when called for
& 12269. in case of long/improper
storage, Besides, the Contractor
also will submit daily data on
cement released by the
Manufacturer.
11 Sand 1) Silt content 1 sample per 150 m3
2) Fineness modules. 1 sample per 150 m3
3) Gradation 1 sample per 150 m3
12 Course & fine 1) Gradation IS: 2386 (Part- One test for every day’s work of
aggregates. 1) each section of course aggregate
and fine aggregate as above or
as approved by Engineer-in-
charge.
2) Deleterious constituents -do-
IS: 2386 (Part-2)
3) Water absorption IS: Regularly as required to a
2386 (Part-3) minimum of one test a day for
course aggregate and two tests
a day for fine aggregate and as
directed by Engineer-in-charge.
13 Course aggregate 1) Los angles abrasion Once for each source of supply
value of aggregate and subsequently on monthly
impact value IS: 2386 basis.
(Part-4)
2) Soundness IS: 2386 Before approving the aggregates
(Part-5) and every month subsequently
3) Alkali aggregate -do-
reactivity IS: 2386 (Part-
7)
14 Water Chemical test IS: 456 Once for approval of source of
supply subsequently only in
case of doubt or as directed by
the Engineer-in-charge.
15 Concrete 1) Strength of concrete IS: As per frequency tests shown on
516 the page No. 19 of B-2
agreement attached herewith.
2) Course strength on As per the requirement of
hardened concrete IS: Engineer.
516
3) Workability of fresh One lest per each dumper load
concrete – Slump test IS: at both Batching plant site and

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
60

1199. paving site initially when work


starts. Subsequently
sampling may be done from
alternate dumper.
From the level data of concrete
4) Thickness determination pavement surface and sub-base
at grid points of 5/6.25 m x 3.5
m
5) Thickness measurement 3 cores per trial length
for trial length.

6) Verification of level of String line or steel forms shall


string line (SWD PCC be checked for level at an
lining work) and sub interval of 5 mtr. Or 6.25 mtr.
structure and structure The level tolerance allows shall
(Head wall for CD be +/- 2mm. These shall be got
works) approved 1-2 hours before the
commencement of the
concreting
activity.
16 M.S./H.Y.S.D./TMT 1) Ultimate tensile strength 1 sample / 40 MT for each
bars 2) Yield stress (Proof diameter.
3) stress)
Percentage elongation
17 Structural steel 1) Ultimate tensile strength 1 sample / 20 MT for each
2) Yield stress (Proof dimension of steel component
3) stress)
Percentage elongation
18 Bricks 1) Compressive strength 1 Test / 50000 No. (5 bricks)
2) Water absorption
19 Plain tiles / mosaic 1) Transverses strength 1 Test / 2000 No. (12 tiles)
tiles/flooring 2) Abrasion
tiles/vitrified 3) Water absorption
tiles/wall tiles
20 Cement concrete 1) Compressive strength 1 samples / 1-5 M3
cubes for 7 days 2 samples / 6-15 M3
2) Compressive strength 3 samples / 16-30 M3
for 28 days 4 samples / 31-50 M3
4+1 samples for each additional
50 M3 or part thereof.
22 Cement mortar 1) Compressive strength As per the requirement of
Engineer

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
61

SPECIFICATION OF MATERIALS

GENERAL :

(1) All materials to be used shall conform to the relevant specifications as are per the
latest edition of Indian Standard, unless otherwise stated in the detailed specifications
of items of works.
(2) All materials to be used shall be of approved quality & make as per list of approved
make attached with the tender documents
(3) Wherever to any Indian Standard appears in the specification, it shall be taken to
mean as a reference to the latest version of the standard.
(4) The following specifications, standards, and codes are made a part of this
specification\Tender document.
Indian Standards : specification for building materials, specification for equipment,
method of test, method of measurement of building works ,code of practice for
construction , safety code for demolition of building, safety code for scaffolds etc.
published by the Bureau of Indian Standards

Tests for materials shall invariably be got carried out by the contractor when the
same are specified in the specifications tests shall also have to be carried out, even
through the same are not specifically mentioned in the specifications. If the opinion of
the EIC, the same are required to be carried out. All tests shall be got carried out in
Government or in other approved laboratories and cost there of shall be entirely
borne by the contractor.

(5) The contractor shall invariably carry out Materials & work Tests as specified in the
tender document (B-2Form) and IS code. However, if the additional tests are
required as per the opinion of the Engineer-in-charge, the same shall also have to be
carried out. All such tests shall be got carried out in Government or as approved
laboratories and cost thereof shall be entirely borne by the contractor. No collection
of materials shall be made before it is got approved from the EIC.

(6) Collection of materials shall be done at site of work in a systematic manner. Materials
shall be stored in such a manner as to prevent deterioration or intrusion of foreign
matter and to ensure the preservation of their quality and fitness for work.

(7) Materials, if rejected by the EIC, shall be immediately removed from the site of work.
If they are not removed within twenty four hours of receiving such an intimation, EIC
shall get the same remove at contractor’s cost. The EIC shall dispose-off such
materials in a manner as he choose and the contractor shall not be entitled to any
compensation for the cost of such materials.

(8) Approval to the samples of various materials given by the EIC will not absolve the
contractor from the responsibility of replacing the defective materials brought on site
or materials used in the work round defective at a later date. The contractor shall

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
62

have no claim to any payment or compensation whatsoever on account of any such


materials being rejected by the EIC.

(9) The contractor shall be responsible for observing the laws, rules & regulations
imposed under the “Minor Mineral Acts” such other laws and rules prescribed by
Government from time to time.
M -1 Water :
Water to be used for mixing & curing or for any use in work shall be clean ,clear and
free from injurious amounts of oils, acids, alkalis, salts, sugar, organic material and
other substances that may be deleterious and cause of either weakening the mortar or
concrete or cause efflorescence or attack the steel in RCC. Water shall also not be salty
or brackish. Container for transport, storage & handling of water shall be clean.

If required by the EIC, it shall be tested by comparison with distilled water.


Comparison shall be made with standard cement tests as soundness, curing time and
mortar strength as specified in IS – 269-1976, any indication of unsoundness, change
in time of setting by 30 minutes or more or decreases of more than 10 percent in
strength of mortar prepared with water sample when compared with the results
obtained with mortar prepared with distilled water shall be sufficient cause for
rejection of water under test. Water fit for drinking will generally be found suitable
for mortar or concrete. Water for curing to mortar concrete or masonry should not be
too acidic or too alkaline. It shall be free of elements which significantly affect the
hydration reaction or otherwise interfere with the hardening of mortar of concrete
during or those produce objectionable stains or other unsightly deposits on concrete
or mortar surfaces.

Hard and bitter water shall not be used for curing. Potable water will generally be
found suitable for curing of mortar of concrete. As a guide the following
concentrations represent the maximum permissible values:

a) To neutralize 100ml sample of water, using phenolphthalein as indicator, it should


not require more than 5ml of 0.02 normal NaOH, when tested as per para 8.1 of IS
3025 ( part 22).
b) To neutralize 100ml sample of water, using mixed indicator, it it should not require
more than 25ml of 0.02 normal H2SO4, when tested as per para 8 of IS 3025 ( part 23)

c) Permissible limits for solids shall be as per table – 1 of IS 456 / 2000 or latest
revision. Water approved for construction purpose shall be also good for curing
purpose. However, water used for curing should not produce any objectionable stains
or unsightly deposits on construction surfaces. The presence of Tannic acid & iron
compounds is objectionable.
PERMISSIBLE LIMITS FOR SOLIDS IN WATER FOR CONSTRUCTION.
Sr. Type of Tests as per. Permissible limits of
No. Impurity. Impurities.
1. Organic. IS 3025:P-18 Max: 200 mg. / lit.
2. Inorganic. IS 3025:P-18 Max: 3000 mg. / lit.
3. Sulphates – SO3. IS 3025:P-24 Max: 400 mg. / lit.

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
63

4. Chlorides -- Cl.. IS 3025:P-32 Max: 2000 mg. / lit. for PCC.


Max: 500 mg. / lit. for RCC.
5. Suspended matter. IS 3025:P-17 Max: 2000 mg. / lit.
pH value of water shall not be less than 6.
M -2 Lime :
Lime shall be hydraulic lime as per I.S. 712-1973. Necessary tests shall be carried out
as per IS- 69332 (Part I to X) 1973.
Storage shall comply with I.S. 712-1973. The slacked limes if stored shall be kept in a
weather proof and damp- proof shed with impervious floor and sides be protected it
against rain, moisture, weather and extraneous materials mixing with it. All limits that
have been damaged in any way shall be rejected and all rejected materials shall be
removed from site of work.
Field testing shall be done according to I.S. 1624-1974 to show the acceptability of
materials.
M -3 Cement:
Cement shall be ordinary Portland cement grade 33 as per I.S - 269, grade 43 as per
I.S – 8112 and cement of grade 53 as per IS - 12269. Sulphate resisting cement as per
IS – 12330 . Cement shall be procured by the contractor from authorized dealer of the
manufacture of repute. Contractor shall procure Test certificate from manufacture for
the cement company for the batch of cement supplied.

Cement manufactured from Mini Plant shall not be used. The contractor shall take
every precaution to store the cement properly so that it is not spoiled by dampness
etc. Cement required for use shall be fresh as possible and stored on planks raised 15
to 20 cms. above the floor and stacked 30 cms. away from the wall in suitable closed
weather proof godown at the site of work. Cement shall be stored in such a way to
allow the removal and use of cement in chronological of receipt i.e. first received
being first used. Not more than 15 bags shall be stacked vertically in one pile and
maximum width of the piles should not more than 3 meters. Any cement which has
deteriorated caked or which has been set or partially set shall not be used. When
temporarily stored in open for use, it shall be kept on a suitable platform and suitably
protected as necessary. Any cement that is damaged through careless handling,
transport and storage shall be contractor’s responsibility and be removed all rejected
cement from site within 24 hours.

Different brand of cement of cement or cement of the same brand from different
factories shall be stored in separate groups and shall not be mixed during use. Cement
shall be kept in a store under double locking arrangements. A board indicating stock
and daily transactions of cement shall be kept in each room of the cement store. Daily
account of receipt & use of cement bags shall be maintained by the contractor in the
Performa prescribed by the EIC.

Necessary tests for quality assurance as per quality assurance plan shall have to be
carried out by the contractor at his own cost. Cement stored for period longer than
three months shall only be permitted by EIC, after necessary tests carried out by
contractor at his cost.

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
64

The cement shall be measured by one bag for all use in concrete (except other wise
stated) & masonry etc. in no case cement shall be measured by boxes or other means
for the volumetric pro-portion of contract & mortar. For calculation for the
proportion, the volume of the cement bag shall be taken as 0.0342 Cum. (1.20 C. ft.)
and measuring box of size of 30 cms x 30 cms x 38 cms for concrete works. If weight
concrete is to be used, the cement shall have to be used as per actual weight and the
contractor shall not be entitled for any compensation for loss in weight due to shifting
of bags or on account of any reasons.

M -4 White cement :
The white cement shall conform to IS- 8042-E-1076.
M -5 Coloured cement :
Coloured cement shall be with white or grey Portland cement as specified in the item
of the work.
The pigments used for coloured cement shall be of approved quality and shall not
exceed 10% of cement used in the mix. The mixture of pigment and cement shall be
properly ground to have a uniform colour and shade. The pigment shall have such
properties to provide for durability under exposure to sunlight and weather. The
pigments shall have the property such that it is neither affected by the cement nor
determent to it.
M -6 Sand / Fine Aggregates:

Fine aggregates shall be Hard, strong, durable, clean and free from veins and adherent
coatings. The use of flaky sand elongated pieces of aggregates is not permitted. The
aggregates shall not contain deleterious materials such as iron, pyrites, coal, mica,
shale or similar laminated materials, clay alkali, soft fragments, sea shells, organic
impurities etc. in such quantity as to affect the strength and durability of structure
constructed. Harm full materials may also affect embedded reinforcement bars in
concrete and adversely affect age of concrete structure. Maximum permissible limits
of various deleterious materials permitted are as per table above.
The sand shall be obtain from approved sources by EIC and shall confirm to latest IS
No.383.
If the EIC consider it necessary fine aggregates shall be washed and / or screened by
the contractor at their own cost.
The sand shall have fineness modules not less than 2.5 and greater 3.00 and shall
confirm to following analysis.
IS Sieve No. Percentage Passing
Natural / Crushed gravel Crushed Stone
4.75 mm 95-100 90-100
2.36 mm 70-95 60-90
1.18 mm 45-85 40-80
600 micron 25-60 20-50
300 micron 5-30 5-30
250 micron 0-10 0-15

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
65

The specific gravity of sand shall not be less than 2.6. In no case, fine aggregates shall
be accepted containing more than 2% by dry weight, not more than 3 ½ % by dry
volume, not more than 5% by wet volume of clay, loam or silt. If any sample or fine
aggregate shows, more than 5% of clay, loam, silt in hour’s settlement after shaking in
an excess of water, the material represented by the samples shall be rejected. The
following two field tests are recommended for ascertaining the percentage of clay
lumps and impervious organic material, and the contractor shall carry out the same, if
the engineer deems fit.

M -7 Stone – dust :-

This shall be obtained from crushing hard black trap-stone. It shall not contain more
than 8% of silt determined by field test with measuring cylinder. The method of
determining silt contents by field is given as under :
A sample of stone dust to be tested shall be placed without drying in 200 mm
measuring cylinder. The quantity of the sample shall be such that if fills the cylinder
upto 100 mm mark. The clean water shall be added upto 150 mm mark. The mixture
shall be stirred vigorously & the contest allowed to settle for 3 hours.

The height of silt visible as settled layer above the stone dust shall be expressed as
percentage or the height of the height of the stone dust below. The stone dust
containing more than 8% silt shall be washed so as to bring the silt content within the
allowable limit. The fineness modulus of stone dust shall not be less than 1.80.

M -8 Black Trap Grit :-


Grit shall consist of crushed or broken stone and be hard, strong dense, durable clean
of proper gradation and free from skin or coating likely to prevent proper adhesion of
Mortar Grit shall generally be cubical in shale and as far as possible flaky elongated
pieces shall be avoided. It shall generally comply with the provision of IS – 383-1970.
Unless special stone of particular quarries are mentioned, aggregate shall be broken
from the best black trap stone as approved by the Engineer-in-charge. Stones shall
have no deleterious reaction with cement.
The grit shall conform to the following gradation as per sieve analysis.
I.S. sieve designation Percentage passing for sieve.
12.50 mm 100%
10.00 mm 45-100%
4.75 mm 0-20%
2.36 mm 0-5%
The crushing strength of grit shall be such as to allow the concrete in which to be used
to built up the specified strength of concrete.
The necessary test for grit shall be carried out as per the requirement of I.S.- 2386-
Part-I to VIII of 1993 or as revised from time to time as per instruction of the
Engineer-in-charge.
M -9 Cement Mortar.
Cement : Cement shall conform to specification M-3

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
66

Water : Water shall conform to specification M-1


Sand : Sand shall conform to specification M-6.
Proportion of mix :
Cement and sand shall be mixed to specified proportion. Sand being measured by
measuring boxes. The proportion of cement will be by volume on the basis of 50
kg/bag of cement being equal to 35 liters or 0.0342 M3. The mortar may be hand
mixed or machine mixed as directed by the Engineer-in-charge.
Preparation of mortar:
In hand mixed mortar, cement and sand in the specified proportion shall be
thoroughly mixed dry on a clean impervious platform by turning over at least 3 times
of more till a homogeneous mixture of uniform colour is obtained. Mixing platform
shall be so arranged that no deleterious, extraneous material shall be get mixed with
mortar or mortar shall flow out, while mixing the water shall be gradually added and
thoroughly mixed to form a stiff plastic mass of uniform colour so that each particle of
sand shall be completely covered with a film of wet cement. The water cement ratio
may be adopted as directed by the Engineer-in-charge.
The mortar so prepared shall be used within 30 minutes of adding water; only such
quality of mortar shall be prepared as can be used within 30 minutes. The mortar
remaining unused after that period or mortar which has partially hardened or
damaged shall not be re-tempered or remixed. It shall be destroyed or thrown away.

M -10 Black trap stone coarse aggregate for plain and ordinary reinforced concrete.
Coarse aggregate shall be of machine crushed stone of black trap and be hard strong,
dense, durable, clean and free in skin and coating likely to prevent proper adhesion of
mortar. The aggregate shall generally be cubical in shape. Unless special stones or
particular quarries are mentioned, aggregates shall be machine crushed from the best
black strap stone as approved by the Engineer-in-charge. Aggregate shall leave no
deleterious reaction with cement. The size of the coarse aggregate for plain cement
concrete and ordinary reinforced cement concrete shall generally be as per the table
given below. However, in case of reinforced cement concrete the maximum limit may
be restricted to 6 mm less than the minimum lateral clear distance between bars or
6mm less than the cover which is smaller.

T A B L E -1
L.S. sieve Percentage Passing for single Size 16mm
designation. aggregates 40 mm of nominal size 20
mm
40mm 85-100 100 100
20mm 0-20 85-100 100
16mm -- -- --
12.5 mm -- -- --
10 mm 0-5 0-20 0-30
4.75mm -- 0-5 0-5
2.36 mm -- -- --

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
67

Note:
This percentage may be varied some what by the Engineer-in-charge when
considered necessary for obtaining better density and strength of concrete.
Single size coarse aggregates conforming to the requirements in Table No. 1 above or
following nominal size shall be used at site with the other ingredients of concrete as
indicated below. The mixing shall be in a mixture or on the platform as directed in
case of CC 1:5:10 only. For CC 1:4:8, CC 1:3:6, CC 1:2:4 and CC 1:11/2:3 mixing with the
other ingredient of concrete shall be done in the mixture only except for small works.
(1) CC 1:5:10 - Nominal size of aggregate 40 mm
(2) CC 1:3:6 - Nominal size of aggregate 20 / 40 mm
(3) CC 1:4:8 - Nominal size of aggregate 40 mm
(4) CC 1:2:4 - Nominal size of aggregate 20 mm
(5) CC 1:1 :3-
1/2 Nominal size of aggregate 20 mm
The grading test shall be taken in the beginning and at the change at the source of
materials. The necessary test indicated in IS 383-1970 and 456-1978 shall have to be
carried out to ensure the acceptability. The aggregates shall be stored separately and
handled in such a manner to prevent the inter mixing of different aggregates. If the
aggregates are covered with the dust, it shall be washed with water to make it clean.
The coarse aggregates for plain and reinforced concrete shall be measured by volume
in the steel or wooden boxes prepared as per the direction of the Engineer-in-charge.
M -11 Black trap stone coarse aggregates for controlled reinforced concrete:
Coarse aggregate shall be of machine crushed stone of black trap and be hard, strong,
dense, durable, clean and free from skin and coating likely to prevent proper adhesion
mortar.
The aggregates shall generally be cubical in shape. Unless special stones of particular
quarries are mentioned, aggregate shall be machine crushed from the best, black trap
stone as approved by the Engineer-in-charge. Aggregate shall have no deleterious
reaction with cement.
In proportion concrete, the quantity of coarse aggregate shall be determined by
weight only. The grading of coarse aggregate shall be controlled by obtaining the
aggregate in different size and blending them in the right proportions as per concrete
mix design approved by the Engineer-in-charge. The different sizes shall be stocked in
separate stock piles. The grading of aggregates shall be checked as frequently as
possible. The frequency for verification of the grading shall be as directed by the
Engineer-in-charge to ensure that the grading as maintained uniform with that of the
samples used in the preliminary tests.
The necessary test indicated in I.S. 383-1976 and I.S. 456-1978 shall have to be
carried out to ensure the acceptability of the material.
If aggregate is covered with dust, it shall be washed with water to make it clean.

M -12 Brick Bats Aggregate :


Brick aggregates shall be broken from well burnt to slightly over burnt and dense
bricks. It shall be homogeneous in texture, roughly cubical in shape, clean and free
from dirt of any other foreign material. The brick bats shall be of 40mm to 50mm

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
68

unless otherwise specified in the item. The under burnt to over burnt brick bats shall
not be allowed.
M -13 Bricks / flyash building brick :
(A) First class Bricks :
The bricks shall be hand or machine moulded and made from suitable soils and kiln
burnt. They shall be free from cracks and flows modules of free time. They shall have
smooth rectangular faces with sharp corners and shall be of uniform colour. The
bricks shall be moulded with a frog of 100mm x 40 mm and 10mm to 20 mm deep on
one of the flat sides. The bricks shall not break when thrown on the ground from a
height of 600 mm.
The size of modular bricks shall be 190mmx90mm x 90mm and shall conform to IS
1077-1976 in respect of tolerance for sub-class “A” bricks.
The crushing strength of the bricks shall not be less than 35 kg / sq.cm. The average
water absorption shall not be more than 20 percent by weight. Necessary tests for
crushing strength and water absorption shall be carried out as directed by the
Engineer-in-charge.
(B) Second class bricks:
The second class bricks shall be similar to first class bricks except that they may be
permitted to have slight distorted and rounded edges provided no difficulty shall arise
on this account in laying of uniform courses.
M -14 Mild Steel Bars :
Mild steel bars reinforcement for RCC work shall conform to I.S. 432 1966 and of
tested quality. It shall also comply with relevant part of IS 456-1978.
All reinforcement shall be cleaned and free from dirt, oil, paint, grease, mill’s make or
loose or thick rust at the time of placing.
Reinforcement steel shall be stored such as to avoid distortion and sags of long length
and shall be protected as far as possible from surface deterioration. All bars of the
same designation shall be stacked separately as far as possible and distinctly marked.
For the purpose of payment the bar shall be measured correct up to 10mm length and
weight payable worked out at the rate specified below.
1 6 mm 0.22 kg / Rmt
2 8 mm 0.39 kg / Rmt
3 10 mm 0.62 kg / Rmt
4 12 mm 0.89 kg / Rmt
5 14 mm 1.21 kg / Rmt
6 16 mm 1.58 kg / Rmt
7 18 mm 2.00 kg / Rmt
8 20 mm 2.47 kg / Rmt
9 22 mm 2.98 kg / Rmt
10 25 mm 3.85 kg / Rmt
11 28 mm 4.83 kg / Rmt
12 32 mm 6.31 kg / Rmt
13 36 mm 7.99 kg / Rmt
14 40 mm 9.86 kg / Rmt

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
69

M -15 High Yield Strength Steel Deformed Bars/TMT/CRS :


High yield strength steel deformed bars shall be either cold twisted or hot rolled and
shall conform to IS 1786-1979 & I.S. 1139-1966 respectively or as revised from time
to time.
T.M.T. shall conform to IS 1789-FE 500 or as revised from time to time. Approved
make for TMT bar shall be Tata, Shah Alloys, Malhotra, Rajury, Sirhind, Thermax etc.
Corrosion Resistance Steel shall conform to relevant IS code or as revised from time to
time.
Other provisions and requirements shall conform to specification No. M -14 for Mild
steel bars.
M -16 Mild Steel Binding Wire :
The mild steel wire shall be of 1.63mm or 1.22mm (16 or 18 gauge) diameter and
shall conform to IS 280-1978 or as revised from time to time.
The use of black wire will be permitted for binding reinforcement bars. It shall be free
from dust, oil paint, grease, loose mill scale or any other undesirable coating which
may prevent adhesion of cement mortar.
Storage: The wire coils shall be stored such as to avoid deterioration.
Measurement: No measurement will be taken of the wire used for tying
reinforcement bars. The rate for reinforcement steel and its fabrication shall include
the cost of binding wire.
M -17 Structural Steel :
All structural steel shall conform to I.S.226-1975 & I.S. 800-1962 or as revised from
time to time. The steel shall be free from defects mentioned in I.S. 226-1975 and shall
have smooth finish. The material shall be free from loose mill scale, rust pits or other
defects affecting the strength and durability Rivet bars shall conform to I.S. 1148-
1973.
Structural steel shall be stored such as to avoid distortion of section of long length and
shall be protected as far as practicable from surface deterioration. It should be so
stored and handled that material will not be subject to excessive stress and damages.
All deformed structural material will be properly straightened by methods which are
not injurious prior or being aid off, punched or otherwise worked in the shop. Sharp
kinks and bends shall be caused for rejection.
When the steel is supplied by the contractor test certificate of the manufacturers shall
be produced, if so required by the Engineer-in- charge. If further test be necessary,
they will be done according to I.S. 226-1975 & I.S. 223-1950 or as revised from time to
time.

M -18 Shuttering :
The shuttering shall be either of wooden planking of 30mm minimum thickness with
or without steel sheet lining or of steel plates stiffened by steel angles. The shuttering
shall be supported on battens and beams and props of vertical bellies properly cross
braced together so as to make the form work rigid.
The form work shall be sufficiently strong and shall have camber, so that it assumes
correct shape after deposition of the concrete and shall be able to resist forces caused

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
70

by vibration of live load of men working over it and other incidental loads associated
with it. The shuttering shall have smooth and even surface and its joints shall not
permit leakage of cement grout.

If at any stage of work during or after placing concrete in the structure, the forms
work sags or budges out beyond the required shape of the structure, the concrete
shall be removed and work redone with fresh concrete and adequate rigid form work.
The complete form shall be got inspected by and approved from the Engineer-in-
charge before the reinforcement bars are placed in position.
If wooden props are used, the props shall consist of bellies having 100mm minimum
diameter measured at mid length and 80mm at thin end and shall be placed at 1 to
1.20 m. spacing. These shall rest squarely on wooden sole plates 10 mm thick and
minimum bearing area of 0.10 sq.m. laid on sufficiently hard base.
Double wedges shall further be provided between the sole plate and the wooden
props so as to facilitate tightening and casing of shuttering without jarring the
concrete.
The timber used in shuttering shall not be so dry as to absorb water from concrete
and swell budge nor so green or wet as to shrink after erection. The limber shall be
properly swan and planned on the sides and the surface coming in contact with
concrete. Wooden from work with metal sheet lining or steel plates stiffened by steel
shall be permitted.
As far as practicable clamp shall be used to hold the forms together and use of nails
and spikes avoided.
The surface of timber shuttering that would come in contact with concrete shall be
well wetted and coated with soap solution before the concreting is done. Alternatively
coat of soap solution or raw linseed oil of approved manufacturer may be applied in
place of soap solution or raw linseed oil shall be applied after thoroughly cleaning the
surface.
The shuttering for beams and slabs shall have camber of 4 mm per meter (1 in 250) or
as directed by the Engineer-in-charge so as to offset the subsequent deflection. For
cantilever the camber at free end shall be 1/50 of the projected length or as directed
by the Engineer-in-charge.
The period that shall elapse after concrete has been laid before easing and removal of
centering and shuttering as under taken shall be as follows :
Part of structure Period
1 Sides of foundation, columns beams & walls. 34 to 48 hours
2 Undersides of slabs up to 4.5 m span 7 days.
3 -do- above 4.5 m add under side of beams and 14 days.
arches up to 6 m span.
4 -do- above 6 m. span and up to 9 m span. 21 days
5 Undersides of beams and arches over 9 m span 28 days
6 Domes: Shall & other structure of special nature. As per
instruction.
Work damaged through premature or careless removal of forms shall be
reconstructed. The period for striking the form work shall be 1.5 times more in case of

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
71

Pozzolona cement if used then that of the ordinary Port land cement and the
contractor shall not entitle for any extra claim for the same.
M -19 Expansion Joints, Pre-moulded Filler :
The item provides for expansion joints in R.C.C. frame structure for internal joints, as
well as for exposed joints with the use of pre-moulded bituminous joint filler.
Pre-moulded bituminous joint filler i.e. pre-formed strip of expansion joints filler shall
not be deformed or broken by twisting bending or other handling when exposed to
atmospheric condition. Pieces of joint filler that have been damaged shall be rejected.
Thickness of the pre-moulded joint filler shall be 25mm unless otherwise specified
pre-moulded bituminous joints filler shall conform to I.S. 1938-1961 or as revised
from time to time.
M -20 Expansion Joints – Copper Strip & Holdfast :
The item provides for expansion joints in R.C.C. frame structure for internal joints as
well as for exposed joints with the use of necessary copper strip and hold fasts.
Copper sheet shall be of 125 mm thick and 125mm or required width with the “U”
shape in the middle. Copper strip shall hold fast of 3mm diameter copper rod fixed to
the plaster shoulders on strip at intervals of about 30 or as shown in the drawing or
as directed by the Engineer-in-charge. The width of each flange (horizontal side) of
the copper plate to be embedded in the concrete work shall be 25mm depth of “U” to
be provided in the expansion joint in the copper plate shall be of 25mm.
M-21 80 mm thick pre-cast Rubber moulded interlock paver concrete block :
The 80mm thick pre-castRubber molded interlock paver concrete block shall be
manufactured by electrical hydraulic operated block marking machine. The block should
have minimum compression strength of 300 kg. Per sq.cm. The minimum thickness of the
pre-castRubber molded interlock paver concrete block shall be 80mm and minimum size
shall be 300x300mm. The block shall be of approved make & best quality as approved by
the Engineer-in-charge. The size, shape, and shade of pre-castRubber moulded
interlockpaver concrete block shall be as approved by the Engineer-in-charge. There shall
be true to shape. There shall be free from crack, crazing, and spots etc.

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
72

CODE OF PRACTICE

GENERAL
(1) The method of execution of the items shall conform to the relevant specifications as
per the latest version of the Indian Standard unless specified otherwise and as far as
applicable.
(2) Wherever a reference to ANY Indian Standard appears in the specification, it shall be
taken to mean as a reference to the latest version of the standard.
(3) The following specifications, standards, and codes are made as a part of this
specification.
Indian Standards : specification for building materials, specification for equipment,
method of test, method of measurement of building works ,code of practice for
construction , safety code for demolition of building, safety code for scaffolds etc.
published by the Bureau of Indian Standards
(4) The contractor shall invariably carry out Materials & work Tests as specified in the
tender document (B-2 Form) and IS code. However, if the additional tests are
required as per the opinion of the Engineer-in-charge, the same shall also have to be
carried out. All such tests shall be got carried out in Government or as approved
laboratories and cost thereof shall be entirely borne by the contractor. No collection
of materials shall be made before it is got approved from the Engineer-in-charge.
(5) All moulds, equipments etc. required of preparing specimens for the test shall be kept
in sufficient numbers and in good state, as directed by the Engineer-in-charge on the
site of work.
(6) Specimen for tests shall sent to the laboratory along with representative of GIDC in
time and the results thereof shall be promptly obtained and reported to the Engineer-
in-charge.
(7) Satisfactory test results shall not observed the contractor from dismantling and re-
doing any work revealed to the defective at a later date. The contractor shall have no
claim for any payment or compensation whatsoever on account of replacement of
such defective work. Contractor shall take all precautions and care during dismantling
and re-doing the work to ensure that any other work so far executed does not get
damage or affected.
(8) The work shall be carried out in true line and level and in conformity with the detailed
drawing and specified patterns.
(9) All the work shall be carried out in a workmanship like manner and as per the best
techniques for the particular item.
(10) All tools, tempts equipments etc. for correct execution of the work as well as for
checking lines, levels, alignments of the works, during execution shall be kept in
sufficient numbers on the side of work.
(11) All installations pertaining to water supply and its fixtures as well as drainage lines
and sanitary fitting shall be deemed to be completed only after giving satisfactory

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
73

tests by the contractor.


(12) Scaffolding being provided by the contractor at his own cost for such of the items for
the execution of which it is essential.
C-1 Excavation
General:
In all sorts of soil, sand, gravel, soft murrum and other similar soft or loose material.
The excavation will generally refer to the open excavation for foundation.
Clearing the site:
The site on which the structure is to be built shall be cleared and all obstructions,
loose stones, material, and rubbish of all kind, bush, wood, and trees shall be removed
as directed. The materials so obtained shall be the property of the GIDC and shall be
conveyed the stacked as directed by the Engineer-in-charge.
Setting out:
After clearing the site the centre lines will be given by the Engineer. The contractor
shall assume full responsibility for alignment, elevation, and dimension of each and all
parts of the work. Contractors shall supply labour materials, etc. required for setting
out the reference marks and bench marks and shall maintain them as long as
required.
Excavation:
It shall be all sorts of soil, sand, gravel, soft murrum, or other similar soft or loose
materials.
The excavating for foundation and for basement shall be carried out in true line and
level and shall have the width and depth as shown in the drawing or as directed by
the Engineer-in-charge. The contractor shall do the necessary shorting and shutting
or slopes to a safe angel, if necessary including bailing and pumping out water when
separate provision does not exist for it in tender, at his own cost. The bottom of the
excavated area shall be leveled both longitudinally and transversely as directed by the
Engineer-in-charge. No earth filling will be allowed to bring it to level if by mistake or
any other reasons excavation is made deeper or wider than shown on the plan or
directed by the Engineer-in- charge. The extra depth or width shall be made up with
concrete or masonry of the foundation grade as directed by the Engineer-in- charge
and at the cost of the contractor.
Disposal of the excavated stuff:
The excavated stuff of the selected type shall be used in filling the trenches in layers
including ramming and watering etc.
The balance of the excavated quantity shall be removed by the contractor from site of
work to a place as directed by the Engineer-in-charge with all lead and lift but within
the same estate.
a. Excavation in Hard murrum :
Same as C-1/1 except that the excavation shall be in hard murrum.
b. Excavation in Hard murrum and boulders.
Same as C-1/1 except that the excavation shall be in hard murrum and boulders.
c. Excavation in soft rock :

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
74

Same as C-1/1 except that the excavation shall be in soft rock.


d. Excavation in Hard rock.
Same as C-1/1 except that the excavation shall be in hard rock

C-2 Plain Cement Concrete Laying in Foundation / for Floor Bedding :


General:
Before starting concrete, the bed of the foundation trenches shall be cleared of all
loose materials and watered as directed.
Proportioning of Mix:
The proportion of the cement to sand and coarse aggregates shall be as specified in
the item and shall be measured by volume.
Mixing:
The concrete shall be mixed in a mechanical mixer at the site of work. Hand mixing
may however be allowed for smaller quantities of work if approved by the Engineer-
in-charge. The mixing shall be done for a period of 11/2 to 2 minutes. The quantity of
water shall be just sufficient to produce a dense concrete of required workability for
the purpose.
Scaffolding:
All scaffolding, hoisting arrangement and ladders etc. required for the facility of
concrete shall be provided by the contractor and removed on completion of work. The
scaffolding, hoisting arrangement and ladders shall allow easy approach to the work
and afford easy inspection.
Form work:
The form work shall be provided if necessary as directed by the Engineer-in-charge
and shall be as per I.S. 461-1972 or revised from time to time.
Transporting & placing the concrete:
The concrete shall be handled from the place of mixing to the final position by not
more than 15 minutes by the method as directed by the Engineer-in-charge and shall
be placed into its final position, compacted and finished within 30 minutes of mixing
with water i.e. before the setting commences.
The concrete shall be laid in layers of 15 cms to 20 cms.
Compaction:
The concrete shall be thoroughly compacted by hammers immediately after
depositing to get a dense concrete. Concrete shall not be disturbed once it has set.
Curing:
After the final set, the concrete shall be kept continuously wet, if required by
pounding for a period of not less than 7 days from the date of placement.
C-3 Lime Cinder Concrete Laying :
This shall be as per C-2 of code of practice. The coarse aggregate in this case shall
cylinder.
C-4 Ordinary Cement Concrete Plain or Reinforce :

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
75

I.S. 466-1978 or as revised from time to time shall be followed in general cement sand
by black trap grit and coarse aggregate shall be measured by volume. For
proportioning of cement by volume one bag of cement shall be taken as 0.0342 cu.m.
(1.2 cft)

Mixing:
Concrete shall be mixed in a mechanical mixer. Mixing shall be continued until there is
a uniform distribution of the materials and the mass is uniform in colour and
consistency but in no case shall mixing be done for less and 1.1/2 minutes. When
hand mixing is permitted by the Engineer-in-charge in case of small work or in case of
break down of machineries and in the interest of the work it shall be carried out on a
water tight platform and care shall be taken to ensure that mixing is continued until
the mass is uniform in colour and consistency. However, in such cases 10% more
cement than otherwise required have to be used without any extra cost.
Transporting:
Concrete shall be handled from the place of mixing of the final position as quickly as
practicable by methods which will prevent segregation or loss of ingredients. In no
case operation shall be taken more than 15 minutes.

Placing:
The concrete shall be placed into its final position and completed and finished within
30 minutes of mixing the water and before setting commence. Method of placing shall
be such as to avoid segregation, approved by the Engineer-in-charge. Concreting shall
be carried out continuously up to construction joints, the position and arrangement of
which, shall be pre-determined by the designer.
When the work has to be resumed on a surface which has hardened, such surface shall
be roughened. It shall then be swept clean thoroughly wetted and covered with a thin
layer or mortar composed of cement and sand in the same proportion as the cement
and sand in the concrete mix. This layer of mortar shall be freshly mixed and placed
immediately before the placing of the concrete.
When the concrete has not fully hardened, all laitance shall be removed by scrapping
the wet surface with wire or bristles care being taken to avoid dislodgement of
particles or aggregates. The surface shall be thoroughly wetted and all free water
removed. The surface shall be coated with neat cement grout. The first layer of
concrete to be placed on this surface shall not exceed 150mm in thickness and shall be
well rammed against old work. Particular attention is paid no corners and spots.
Compaction:
Concrete shall be thoroughly compacted during the operation of placing and
thoroughly worked around the reinforcement, around embedded fixtures and into
corners of the form work. Compacting shall be done by mechanical vibrations, in such
a way that a dense mix is obtained.
Curing:

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
76

The concrete shall be kept covered with a layer of sacking canvas or similar materials
or by pounding and kept constantly wet for twenty one days from the date of placing
concrete. Curing by pounding shall preferably be done by erecting suitable dykes of
lean mortar.

Form work:
General:
The form work shall conform to the shape, lines and dimensions as on the plans and
be so constructed as to remain sufficiently rigid during the placing and compacting of
the concrete, and shall be sufficiently water tight to prevent loss of liquid from
concrete. Adequate arrangements shall be made by the contractor to safeguard
against any settlement of the form work during the course of concreting and after
concreting. The design of the form work and centering shall be got approved form
Engineer-in-charge before erection.

Cleaning & Treatment of Forms:


All rubbish, particularly chipping shavings and saw dust shall be removed from the
interior of the forms before the concrete is placed and the form work in contact with
concrete shall be cleaned and thoroughly wetted or treatment with an approved
composition. Care shall be taken that such approved composition is kept out of
contract with reinforcement.
Stripping Time:
In normal circumstances and where ordinary cement is used, forms may be struck
after expiry of following period
(a) Walls columns & vertical side 24 to 48 hours as may be
of beams decided by the Engineer-
in-charge.
(b) Side of slabs 3 days
(c) Beam 7 days
(d) Removal of props to slabs.
(i) Slabs spanning up to 4.5 M 7 days.
(ii) Spanning over 4.5 M 14 days.
(e) Removal of props to beams &
arches.
(i) Spanning up to 6 M 14 days
(ii) Spanning over 5 M 21 days
Procedure when removing the Form work:
All form shall be removed without such shock or vibrations as would damage the
reinforced concrete surface. Before the soffits and struts are removed and concrete
surface shall be exposed where necessary in order to ascertain that the concrete has
sufficiently hardened. The form work will be paid under the respective item if
provided in the tender.
Centering:

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
77

The centering to be provided shall be got approved form the Engineer-in-charge. It


shall be sufficiently strong to ensure absolute safety of the form work and concrete
work before, during, and after pouring concrete. Watch should be kept to see that
behavior of centering and formwork is satisfactory during concreting. Erection should
also be such that it would allow removal of forms in proper sequence without
damaging either the concrete or the forms to be removed.

The props of centering shall be provided on firm foundation of base of sufficient


strength to carry the loads without settlement.
The centering and form work will be inspected and approved by the Engineer-in-
charge before concreting. But this will not relive the contractor or his responsibility
for strength, adequacy, and safety of form work and if there is a failure of form work
or centering, contractor shall be responsible for the damages to work, injury to life
and damage to the property.
Scaffolding:
All scaffolding, hoisting arrangements etc. required for the facility of concreting shall
be provided and removed on completion of work by the contractor at his own
expenses. The scaffolding, hoisting arrangement and ladders etc. shall be strong
enough to withstand all live, dead and impact loads expected to act and shall be
subject to the approval of the Engineer-in-charge. However, contractor shall be solely
responsible for the safety of the scaffolding, hoisting arrangement, ladders, work, and
workmanship etc.
The scaffolding, hoisting arrangement and ladders shall allow easy approach to the
work spot and afford easy inspection.

Testing:
Work sample of concrete 150mmx150mm x 150mm shall be taken as under:
Qty. of work in M3 No. of sample
1-5 1
6-15 2
16-30 3
31-50 4
51 & above 4+1 for each additional quantity of 50
M or part thereof.
The contractor shall make his own arrangement for taking sample and testing of the
sample in the Government or the approved laboratories. The test shall be carried out
in accordance with IS 516-1959 or as revised from time to time. A register of cubes
shall be maintained the site of work in the prescribed Performa. The result of the
cubes shall be submitted to the Engineer-in-charge by the contractor.
Note: (1) At least one sample shall be taken from each shift
(2) Each sample consists of three test specimens for testing at 28 days.
Additional cubes may be required for various purposes. Such as to determine the
strength of concrete at 7 days or at the time of striking the form work or to determine
the duration of curing or to check the testing error.

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
78

Finishing unless otherwise specified in the item to keep the exposed concrete surface,
the concrete surface shall be finished with cement mortar 1:4 (1- cement: 4-sand) in
true line level in accordance with M-9 of specification of materials.
C-5 Controlled concrete :
Grade:
The concrete shall be designed as M-150, M-200, M-250, M -300 & M-400 as
prescribed in I.S. 456-1978 or as revised from time to time.
Aggregates:
Samples of the aggregates proposed to be used shall be got approved from the
Engineer-in-charge prior to collection of the materials at the site of work field test for
determining the content of silt, loam, clay etc. In fine aggregate and grading and
moisture content in both fine and coarse aggregate shall be carried out before
commencing the concreting work and record of the test shall be maintained till the
completion of the work.
The grading of aggregate shall be controlled by obtaining the fine and coarse
aggregate in different size being stocked in separate stock piles. The grading of coarse
and fine aggregate shall be checked as frequently as possible. The frequency shall be
as directed by the Engineer-in-charge, to ensure that the uniform grading as per
approved samples used in the preliminary tests is maintained.
As soon as possible, after receiving the order to commence the work the contractor
shall design the mix for different grades of concrete required in the work submit
details in respect of proportion of cement and aggregates water cement ration etc.
and arrangement to make trial mixes for preliminary tests to be carried out in the
Government or any other approved laboratory to satisfy the Engineer-in-charge that
the designed mix meets with the prescribed strength. The maximum total quantity to
aggregates by weight per 50 Kg. of cement shall not exceed 450 Kg. except where
otherwise specifically permitted by the Engineer-in-charge.
The minimum number of specimens for preliminary test and criteria for acceptance of
test strength shall conform to Table –V Acceptance criteria for concrete of I.S. 456-
1978.
On the satisfactory results of the above tests, the mix actually to be used shall be got
approved from Engineer-in-charge. The approval of the Engineer-in-charge will not
relieve the contractor of his responsibility for obtaining the required minimum
strength in the work test. Record of all tests in support of mix design shall be
maintained as a part of record of the contract.
STRENGTH REQUIREMENT OF CONCRETE:
The compressive strength requirements for various grades of concrete shall not be
lower than the figures given below:
Grade of Compressive strength of 15 cms cubes
concrete conducted in accordance with I.S. 516-1959.
After 28 days At 7 days At 28 days
after mixing in after mixing after
preliminary test in work test mixing in
(Kg/cm2) work test
(Kg/cm2)

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
79

M-100 135 70 100


M-150 200 100 150
M-200 260 135 200
M-250 320 170 250
M-300 380 200 300
M-350 440 235 350
M-400 500 270 400

PROPORTIONING & WORKS CONTROL:


The mix proportions shall be selected to ensure that the workability of the fresh
concrete suitable for the condition of handling and placing, so that after compaction it
surrounds all reinforcement and completely fills the form work. When concrete is
hardened, it shall have the required strength, durability and surface finish.
The determination of the proportions of cement, aggregate and water to attain the
required strength shall as follows:
(a) By designing the concrete mix; such concrete shall be called "Design Mix
Concrete" or "Controlled Concrete ".
(b) By adopting nominal mix, such concrete shall be called "Nominal Mix
Concrete".
TABLE - 2.8
OPTIONAL WORK TEST REQUIREMENTS OF CONCRETE (All values in N/mm²)
(All tests conducted in accordance with IS: 516)
Modulus of Rupture by
Compressive Strength
Grade of Beams Test Min.
of 150mm cubes, min
Concrete At 72 + 2 at 7 days
at 7 days
hrs.
M - 10 7 1.2 1.7
M - 15 10 1.5 2.1
M - 20 13.5 1.7 2.4
M - 25 17 1.9 2.7
M - 30 20 2.1 3.0
M - 35 23.5 2.3 3.2
M - 40 27 2.5 3.4
The concrete mix shall be designed to have an average strength corresponding to the
values specified for preliminary tests in Table. The proportions chosen should be such
that the concrete is of adequate workability for the conditions prevailing on the work
in question, and can be properly compacted with the means available. The maximum
total quantity of aggregate by weight per 50 kg. Of cement shall not exceed 450
kg.except where otherwise specially permitted by the Engineer-in-Charge.
Except where it can be shown to the satisfaction of the Engineer-in-Charge that supply
of properly graded aggregate of uniform quality can be maintained over the period of
work, the grading of aggregate should be controlled by obtaining the coarse aggregate

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
80

in different sizes and blending them in the right portions when required, the different
sizes being stocked in separate stock piles. The material should be stock piled for
several hours preferably a day before use. The grading of coarse and fine aggregate
should be checked as frequently as possible, the frequency for a given job being
determined by the Engineer-in-Charge to ensure that the suppliers are maintaining
the grading uniform with that of the samples used in the preliminary test.
In proportioning concrete, the quantity of both cement and aggregate should be
determined by weight, where the weight of cement is determined by accepting the
maker's weight per bag. A reasonable number of bags should be weighted separately
to check the net weight. Where the cement is weighed on the site and not in bags, it
should be either measured by volume in calibrated tanks or weighed. All measuring
equipment should be maintained in clean serviceable conditions, and their accuracy
periodically checked.
It is most important to maintain the water cement ratio constant at its correct value.
To this end, determination of moisture contents in both fine and coarse aggregates
should be made as frequently as possible, the frequency for a given job being
determined by the Engineer-in-Charge according to weather conditions. The amount
of the added water shall be justified to compensate for any observed variations in the
moisture contents. For the determination of moisture content in the aggregate for
concrete: Part-III specific gravity, density, voids, absorption and bulking may be
referred to. To allow for the variation in weight of aggregate due to variation in their
moisture content, suitable adjustments in the weights of aggregate should also be
made.
No substitutions in materials used on the work or alterations in the established
proportions, except as permitted in the above para shall be made without additional
tests to show that the quality and strength of concrete are satisfactory.
WORKABILITY OF CONCRETE:
The concrete mix proportions chosen should be such that concrete is of adequate
workability for the placing conditions of the concrete and can properly be compacted
with the means available. The definitions of the ranges of "workability" of concrete as
measured by either the slump or V-B tests (IS: 1199) and the range to be adopted for
different kinds of work unless specified otherwise is given in Table - 2.9.
TABLE - 2.9
WORKABILITY OF CONCRETE
Degree of
Placing conditions Slump (mm) Values of Workability
Workability
Vee- Compacting
Bee Factor
Blinding Very Low -- 20- 10 0.75 - 0.80
concrete;Shallow secs
Sections;Pavements
using pavers
Mass concrete; Low 25 - 75 10 - 5 0.80 - 0.85
Lightly reinforced secs
sections in slabs, beams,
walls, columns; Floors;

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
81

Hand placed
pavements; Canal
lining; Strip footings
Heavily reinforced Medium 50 - 100 5 - 2 0.85 - 0.92*
sections in slabs, beams 75 - 100 secs
walls, columns; Slip
form work; Pumped
concrete
Trench fill; High 100 - 150 -- Above 0.92**
In-situ piling Very high Workability to be Above 0.92**
Termite concrete decided by
determination of
flow (IS: 9103)
Note: For most of the placing conditions, internal vibrators (needle vibrators) are
suitable. The diameter of the needle shall be determined based on the density and
spacing of reinforcement bars and thickness of sections. For tremie concrete,
vibrators are not required to be used.
A competent person should be employed whose duty will be to supervise all stages in
the preparation and placing of the concrete. All works test specimens should be
prepared and site tests carried out under his direct supervision
REQUIREMENT FOR DURABILITY:
Minimum cement content required in cement concrete to ensure durability under
specified conditions of exposure should be as given in Table 2.12 unless otherwise
specified. The general environment to which the concrete will be exposed during its
working life is classified into five levels of severity, that is, mild, moderate, severe,
very severe and extreme as described in Table 2.13.
TABLE - 2.12
Minimum Cement Content, Maximum Water Cement Ratio and Minimum Grade
of Concrete for Different Exposures with Normal Weight Aggregates of 20mm
Nominal Maximum Size
Sr. No. Exposure Plain Concrete Reinforced Concrete
Minimu Maximu Minimu Minimu Maximu Minimu
m m Free m Grade m m Free m Grade
Cement Water- of Cement Water- of
Content Cement Concrete Content Cement Concrete
kg/m³ Ratio kg/m³ Ratio
1. Mild 220 0.60 -- 300 0.55 M-20
2. Moderate 240 0.60 M-15 300 0.50 M-25
3. Severe 250 0.50 M-20 320 0.45 M-30
4. Very Severe 260 0.45 M-20 340 0.45 M-35
5. Extreme 280 0.40 M-25 360 0.40 M-40
The general environment to which the concrete will be exposed during its working
life is classified into five levels of severity, that is, mild moderate, severe, very severe
and extreme as described in Table 2.13.

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
82

TABLE 2.13
ENVIRONMENTAL EXPOSURE CONDITIONS
Environment Exposure Conditions
Mild Concrete surfaces protected against weather or aggressive
conditions, except those situated in coastal area.
Moderate Concrete surfaces sheltered from severe rain or freezing whilst
wet.
Concrete exposed to condensation and rain
Concrete continuously under water
Concrete in contact or buried under non-aggressive soil/ground
water
Concrete surfaces sheltered from saturated salt air in coastal area
Severe Concrete surfaces exposed to severe rain, alternate wetting and
drying or occasional freezing whilst wet or severe condensation.
Concrete completely immersed in seawater
Concrete exposed to coastal environment
Very Severe Concrete surfaces exposed to seawater spray, corrosive fumes or
severe freezing conditions whilst wet.
Concrete in contact with or buried under aggressive sub-
soil/ground water
Extreme Surface of members in tidal zone
Members in direct contact with liquid/solid aggressive chemicals
MIX DESIGN AND SAMPLING AND TESTING FOR CONCRETE
Facilities required for sampling materials, shall be provided when required by the
Engineer. The methods used in sampling, laying curing and testing the concrete
samples, either in the field or in the laboratory, shall be in accordance with the
appropriate Indian Standards. This is to investigate the grading of aggregate, water
cement ratio, workability and the quantity of cement required to give works cubes of
the minimum strength specified.
The mix shall be designed to produce the grade of concrete having required
workability and desired characteristic strength. As long as the quality of the materials
does not change, a mix design done earlier may be considered adequate for later
work. As already stated under "proportioning" the proportion of the mix shall be by
weight. In case uniformity in the materials used for concrete making has been
established over a period of time, the proportioning may be done by volume batching,
by the use of bulk densities, provided periodic checks are made on mass/volume
relationships of materials. Where weigh batching is not practicable, the quantities of
fine and coarse aggregate (not cement) may be determined by volume. If aggregate is
moist and volume batching is adopted, allowance shall be made for bulging in
accordance with IS: 2386 (Part-III). Mix proportioning shall be carried out according
to the ACI Standard ACI 631 or "Design of Concrete Mixes” Road Research Note No.4
of Department of Scientific and Industrial Research, U.K.
Whenever there is either a change in strength of concrete required, water cement
ratio, workability or the source of aggregates and cement, preliminary tests shall be
conducted again to determine the revised proportions of the mix to suit the later

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
83

conditions. While designing mix proportions, over wet mixes should always be
avoided.
PRELIMINARY TESTS:

The materials and proportion used in main preliminary tests shall be similar in all
respects to hose to be actually employed in the works as the object of this test is to
determine proportion of cement, aggregates and water necessary to produce the
concrete of consistency required to give the strength specified. It will be the
contractor's sole responsibility to carry out these tests and he shall therefore furnish
to the Engineer, statement of proportions proposed to be used for concrete mix. For
preliminary tests, the following procedure shall be followed. Materials shall be
brought to the room temperature and all materials shall be in a dry condition. The
quantities of water, cement and aggregate for each batch shall be determined by
weight to an accuracy of 1 Part in 1000.
(a) Mixing:
Concrete shall be mixed in a mechanical mixer. The mixer should comply with IS:
1791. The cement and fine aggregate shall first be mixed dry until the mixture is in
uniform colour. The coarse aggregate shall then be added, mixed and water added and
mixed thoroughly for a period of not less than two minutes after all the materials are
in the drum and until the resulting concrete is uniform in appearance. If there is
segregation after unloading from the mixer, the concrete should be remixed.
(b) The consistency of each batch of concrete shall be measured immediately
after mixing, by the slump test in accordance with IS: 1999. In the slump test, care
shall be taken to ensure that no water is lost; the material used for slump test may be
remixed with the remainder of concrete for making the test specimen. The period of
remixing shall be as short as possible yet sufficient to produce a homogeneous mass.
Note: In exceptional circumstances such as mechanical breakdown of mixer, work in
the remote areas or when the quantity of concrete work is very small, hand mixing
may be permitted, subject to adding 10% extra cement at his (contractor's) cost.
When hand mixing is permitted, it shall be carried out on a watertight platform and
care shall be taken to ensure that mixing is continued until the concrete is uniform in
colour and consistency.
CONCRETE CUBES:
(a) Size of test specimen & moulds:
Test specimens cubical in shape shall be 150 x 150 x 150 mm. If the largest nominal
size of the aggregate does not exceed 200mm, 100 mm cubes may be used as an
alternative.
A cube mould should be of metal and stout enough to prevent distortion. It shall be
constructed in such a manner as to facilitate the removal of the moulded specimen
without damage, and shall be so machined that, when it is assembled ready for use,
the dimensions and internal faces shall be accurate within the following limits:
Height of mould and distance between opposite faces: Specified size + 0.2 mm.
Angle between adjacent faces: 90 + 0.5 degree
Each mould shall have a plane face metal base plate of such size as to support the

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
84

mould during the filling without leakage and shall be attached to the moulds; when
assembled shall be positively and rigidly held together and suitable methods of
ensuring this, both during filling and on subsequent handling of the filled mould, shall
be provided. In assembling the mould for use, the joints between the sections of
mould shall be thinly coated with mould oil and a similar coating of mould oil shall be
applied between the contact surfaces of the bottom of the mould and the base plate in
order to ensure that no water escapes during filling. The interior surfaces of the
assembled mould shall be thinly coated with mould oil to prevent adhesion of the
concrete. The tamping bar shall be a steel bar 16 mm. in diameter, 0.6 m. long and
bullet pointed at the lower end.
(b) Compacting:
The test specimens shall be made as soon as practicable after mixing and in such a
way as to produce full compaction of the concrete with neither segregation nor
excessive laitance. The concrete shall be filled into the mould in layers approximately
50 mm deep. In placing each scoopful of concrete, the scoop shall be moved around
the top edge of the mould as the concrete slides from it, in order to ensure a
symmetrical distribution of the concrete within the mould. Each layer shall be
compacted as described below. After the top layer has been compacted, the surface of
the concrete shall be finished level with the top of the mould using a trowel, and
covered with a glass or metal plate to prevent evaporation.
For compacting, standard tamping bar shall be used and the strokes of the bar shall be
distributed in a uniform manner over the cross section of the mould. The number of
strokes per layer required to produce specified conditions will vary according to the
type of concrete but in no cases shall be less than 35 strokes per layer for 150 mm
cubes or 25 strokes per layer for 100 mm cubes. The strokes shall penetrate into the
underlying layer and the bottom layer shall be rodded throughout its depth. Where
the tamping bar leaves voids, the sides of the mould shall be tapped to close the voids.
(c) Curing:
The test specimen shall be stored on the site at a place free from vibration under
damp-matting, sacks or other similar material for 24 hours + 0.5 hour from the time of
adding water to the other ingredients at a temperature range of 22 C to 32 C After
24 hours, they shall be marked for later identification, removed from the moulds and
stored in clean water at a temperature of 24 C to 30 C. They shall be sent to the
testing laboratory well packed in damp sand, sacks or other suitable material so as to
arrive there in a damp condition not less than 24 hours before the time of test. On
arrival at the testing laboratory, the specimen shall be stored in water at 27 C +2 C
temperature until the time of test. Records of the daily maximum and minimum
temperature shall be kept both during the period the specimens remain on the site
and in the laboratory.
(d) Tests for Cube Specimen:
The concrete cubes shall be tested in standard testing machines by skilled personnel.
Tests shall be made at recognized ages of the test specimen, the most usual being 7
and 28 days. Tests may be made at 24 hours + 1/2 hour and 72 hours + 2 hours if
early strengths are needed. The age shall be calculated from the time of the addition of
water to the dry ingredients.

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
85

At least three specimens, preferably from different batches shall be made for testing
at each selected age.
Specimens stored in water shall be tested immediately on removal from the water and
while they are still in the wet condition. Surface water and grit shall be wiped off the
specimens and any projecting fins removed.
The bearing surface of the testing machine shall be wiped clean and any loose sand or
other material removed from the surfaces of the specimen, which are to be in contact
with the compression platens. The specimen shall be so placed in the machine that the
load shall be applied to the opposite sides of the cubes as cast, that is, not to the top
and bottom. The axis of the specimen shall be carefully aligned with the centre of
thrust of the spherically seated platen. No packing plates shall be used between
specimen and platens of the machine. Once the uniform seating is obtained, load shall
be applied without shock and increased continuously at a rate of approximately 14.0
N/mm² /Min. until the resistance of the specimen to the increasing load breaks down
and no greater load can be sustained. The maximum load applied to the specimen
shall be recorded and the appearance of the concrete and any unusual features in the
type of failure shall be noted.
The measured compressive strength of the specimen shall be the maximum load
applied to the specimen divided by the cross sectional area of the specimen and shall
be expressed to the nearest N. per sq. mm. Average of the values shall be taken as the
representative of the batch provided the individual variation is not more than + 15
percent of the average. Otherwise repeat tests shall be made. Cube crushing strength
shall conform to the values given in Tables 2. 7 and 2.8.
(e) Frequency of Sampling of Concrete Cubes:
A random sampling procedure should be adopted to ensure that each concrete batch
shall have a reasonable chance of being tested; that is, the sampling should be spread
over the entire period of concreting covering all mixing units. The minimum
frequency of sampling of concrete of each grade shall be as follows:

Quantity of concrete in the


No.of samples
work cu. m.
1-5 1
6 - 15 2
16 - 30 3
31 - 50 4
5 Plus one additional sample for each
51 and above
additional 50m or part thereof
The test specimens shall be made from each sample for testing at 28 days. Additional
cubes may be required for determining strength of concrete at 7 days. The test
strength of the sample shall be the average strength of three specimens. The
individual variation should not be more than 15 percent of the average.
Concrete shall be assessed daily for compliance. The contractor shall keep a record at
site of all such tests identifying them with the proportion of the work to which they

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
86

relate. The Architects will check this record from time to time. The said record shall
give the following details and shall be initiated by the Engineer-in-Charge.
(i) Reference to specific structural member receiving the batch of concrete from which
the cubes were cast.
(ii) Mark on cubes.
(iii) Mix of concrete.
(iv) Data and time of casting.
(v) Water cement ratio by weight and slump.
(vi) Crushing strength as obtained at the end of 7 days for 3 cubes out of a set of 6 cubes
and the end of 28 days for the remaining 3 cubes.
(vii) Laboratory in which tested and reference to test certificates.
(viii) The quantity of concrete, incorporated in work that is represented by the quantity of
concrete of the set of the cubes.
(ix) Any other information required by Architects.
(f) Consistency:
The consistency of each sample of concrete shall be measured immediately after
remixing by the slump test. The slump shall be as directed by the Engineer, which
would be based on the preliminary test result keeping in view, the workability of the
concrete. The approved slump shall be maintained through the field operations unless
otherwise directed by the Engineer. In order to ensure the maintenance of uniform
consistency, slump tests shall be carried out as often as demanded by the Engineer
and invariably with the batch of concrete from which test cubes are made.
(g) Record of Temperature:
A record of maximum and minimum temperature at the places of storage of the cube
shall be maintained, during the period they remain at site, by the Contractor.
OPTIONAL TESTS:
The Engineer, if he so desires, may order tests to be carried out on cement, sand,
coarse aggregate in accordance with the Indian Code of Practice or any other
approved code.
Tests on cement shall include:
(i) Fineness Test,
(ii) Test for Normal Consistency,
(iii) Test for Setting Time,
(iv) Test for Soundness,
(v) Test for Tensile Strength,
(vi) Test for Heat of Hydration (by experiment and by calculations) in accordance with BIS
or any other approved standard for cements.
Test on sand shall include:

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
87

(i) Sieve Test


(ii) Test for Organic Impurities
(iii) Decantation Test for Determining Clay
(iv) Specific Gravity Test
(v) Test for Sieve Analysis and Fineness Modulus.
Tests on coarse aggregate shall include:
(i) Sieve Analysis
(ii) Specific Gravity and Unit Weight of Dry Loose and Rodded Aggregate (Bulk Density
Test)
(iii) Determination of Yield of a Dry Mixture
(iv) Petrographic Examination of Deleterious Minerals in Aggregates.
(v) Test for Aggregate Crushing Value and 10% Fine Value Test.
(vi) Aggregate Impact Value
(vii) Toughness Test
(viii) Soundness Test
(ix) Hardness Test
(x) Alkali Aggregate Reaction
(xi) Deleterious Material
Any or all these test would normally be ordered to be carried out, if the specified
concrete strengths are not obtained, at the Contractor's cost. If the works cubes do not
give the stipulated results, the Engineer reserves the right to ask the Contractor to
dismantle such portions of the work, which in his opinion are unacceptable and re-do
the work to the standard stipulated at his (Contractor's) cost. It shall be very clearly
understood by the Contractor that no extra claims shall be entertained by the Owner
for excess use of cement over the minimum quantity stipulated to give the works
cubes of required strength. The unit rate for design and test cubes, works cubes,
testing them as per specifications, optional tests etc.
Unless otherwise stipulated, the concreting, testing, etc. shall be carried out as
directed by the Engineer and to the appropriate BIS Specifications. In the event of any
work being suspected of faulty materials or workmanship or both, the Engineer
before requiring its removal and reconstruction, may order, or the contractor may
request, that it should be load tested in accordance with the following provisions.

LOAD TEST ON MEMBERS OR ANY OTHER TEST:


The test load shall be 125 percent of the specified super imposed load for which the
structure was designed in addition to the full dead load (self-weight of structure
members plus weight of finishes and walls or partitions, if any as considered in the
design). Such test load shall not be applied before 28 days after the time of placing of
concrete.

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
88

During the tests, struts strong enough to take the whole load shall be placed in
position leaving a gap under the members. The test load shall be kept for 24 hours
before removal.
If within 24 hours of the removal of the load, the structure does not show a recovery
of at least 75 percent of the maximum deflection shown during the 24 hours under
load, the test loading shall be repeated after a lapse of at least 72 hours. The structure
shall be considered to have failed to pass the test if the recovery after the second test
is not at least 80 percent of the maximum deflection shown during the second test.
If during the test, or upon removal of the load, the structure shows signs of weakness,
undue deflection or faulty construction it shall be reconstructed or strengthened as
necessary.
Any other test, e.g. taking out concrete cores, examination and test on such cores
removed from such parts of the members in an approved manner and as directed by
the Engineer shall be carried out by the Contractor at his own cost, if so directed.
TESTING CONCRETE OF TANKS FOR LEAKAGE:
In addition to the structural test given in clause above, structures (tanks, chests, pits,
etc.) to be used for storage of liquids shall also be tested for water tightness at full
storage level as described below:
(a) In case of structure whose external faces are exposed such as elevated tanks, the
requirements of the test shall be deemed to be satisfied if the external faces show no
sign of leakage or sweating and remain completely dry over the period of observation
of seven days after allowing a seven days period for absorption after filling with
water.
(b) In case of structures whose external faces are backfilled and are not accessible for
inspection, such as underground tanks, the tanks shall be filled with water and after
the expiry of seven days after the filling; the level of the surface of the water shall be
recorded. The level of water shall be recorded again at subsequent intervals of 24
hours over a period of 7 days. The total drop in surface level over a period of seven
days shall be taken as an indication of the water tightness of the tank. The Engineer
shall decide on the actual permissible rate of this drop in the surface level, taking into
consideration whether the tanks are open or closed and the corresponding effect it
has on evaporation losses. Backfilling shall be withheld till the tanks are tested if
directed by the Engineer
Costs of Tests:
The entire cost of tests as specified, in clause above shall be borne by the Contractor.
Unsatisfactory Test:
If the results of any test prove unsatisfactory, the Contractor shall remove and rebuild
the member or members involved or carry out such other remedial measures as may
be required by the Engineer or his representative. The Contractor shall bear the cost
of so doing, unless the failure of the member or members to fulfil the test condition is
solely due to faulty design.
PLACING:

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
89

The procedure for placing of concrete shall be as follows:


a. Preparation before placing of concrete shall be as given below.
(i) Engineer's Approval of Equipment & Method:
Before any concrete is placed, the entire placing programme, consisting of equipment,
layout, proposed procedure and methods shall be submitted to the Engineer for
approval if so demanded by the Engineer and no concrete shall be placed until the
Engineer's approval has been received.
(ii) Hardened concrete and foreign materials should be removed from the inner surface of
the conveying equipments.
(iii) Form work shall have been completed; snow, ice and water shall have been removed.
Reinforcement shall have been secured in place, expansion joint material, anchors and
other embedded items shall have been positioned and the entire preparation shall
have been approved.
(iv) No concrete shall be placed on watered surface.
(v) Rain or Wash Water:
No concrete shall be placed in wet weather and any concrete that has been washed by
heavy rains shall be entirely removed, if there is any sign of cement and sand having
been washed away from the concrete mixtures. To guard against damage which may
be caused by heavy rains, the works shall be covered with gunny bags immediately
after the concrete has been placed in position on the surface of the newly placed
concrete and shall be removed by approved means and no further concrete shall be
placed thereon.
b. Time interval between mixing and placing:
Concrete shall be placed in the forms within 30 (thirty) minutes as rapidly as
practicable, after addition of water to cement and aggregate, unless otherwise
authorised by the Engineer.
c. Concrete placing by manual labour:
Except when otherwise approved by the Engineer, concrete shall be placed in the
shuttering by shovels or other approved implements and shall not be dropped from a
height or handled in a manner, which will cause segregation. Accumulation of set
concrete shall be avoided. Concrete shall be placed directly in its permanent position
and shall not be worked along the shuttering to that position.
d. Avoiding segregation:
Concrete shall, in all cases, be deposited as nearly as practicable directly in its final
position, and shall not be caused to flow in a manner, which will cause segregation,
loss of materials and impair its strength. For locations where direct placement is not
possible, and in narrow forms, the Contractor shall provide suitable drop chutes and
"Elephant Trunks" to confine the concrete in movement.
e. Concrete placing by Mechanical Equipment:

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
90

The following specification shall apply where placing of concrete by use of mechanical
equipment is specifically called for while inviting bids or is warranted considering the
nature of the work involved.
The control of placing shall begin at the mixer discharge. Concrete shall be discharged
by the vertical drop into the middle of the bucket or hopper and this principle of a
vertical discharge of concrete shall be adhered to throughout all stages of delivery
until the concrete comes to rest in the structures.
f. Type of Buckets:
Central bottom dump buckets of a type that provides for positive regulation of the
amount and rate of deposit of concrete in all dumping positions shall be employed.
g. Operation of Bucket:
In placing concrete in large open areas, the bucket shall be spotted directly over the
position designated and then lowered for dumping. The open bucket shall just clear
the concrete already in place and the height of drop shall not exceed 1.00 M. The
bucket shall be opened slowly to avoid high vertical bounce. Dumping of buckets on
the swing, or in any manner which results in segregation of ingredients or
disturbances of previously placed concrete will not be permitted.
h. Placement in Restricted Forms:
Concrete placed in restricted forms by borrows, buggies, cars, short chutes or hand
shovelling shall be subject to the requirement for vertical delivery of limited height to
avoid segregation and shall be deposited as nearly as practicable in its final position
to avoid segregation due to rehandling or falling.

i. Chuting:
Where it is necessary to use transfer chutes between mixer, containers or hoppers,
and point of deposit in the forms, specific approval of the Engineer must be obtained
as regards the type, length, slopes, baffles and vertical terminals. Concrete shall not be
permitted to fall from the end of the chutes or tube more than 1.00 M. Chutes, when
approved for use shall have slope not flatter than 1to3 and not steeper than 1to2.
j. Placing by Pumping:
Concrete may be conveyed and placed by mechanically operated pressure equipment
only with the written permission of the Engineer. Water cement ratio may not be
increased above that for the same class of concrete placed by bucket and the slump
shall be held to the minimum necessary for conveying concrete by this method.
k. Bonding Mortar:
Immediately before concrete placement begins, prepared surfaces except formwork,
which will be in contact with the concrete to be placed, shall be covered with a
bonding mortar as specified.
l. Thickness of Layers:
Concrete shall be placed in successive horizontal layers ranging in thickness from 15
to 90 mm. as directed by the Engineer the bucket loads, or other units of deposit shall

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
91

be potted progressively along the face of the layer with such overlap as will facilitate
spreading the layer to uniform depth and texture with a minimum of shovelling. Any
tendency to segregation shall be corrected by shovelling stones into mortar then
mortar on the stones. Such a condition shall be corrected by redesign of mix or other
means, as directed by the Engineer.
m. Bedding of layers:
Bedding planes shall be approximately horizontal unless otherwise instructed.
n. Compaction:
Concrete shall be compacted with approved mechanical vibrating equipment until the
concrete has been consolidated to the maximum practicable density, and is free of
pockets of coarse aggregate, and fits tightly against all form surfaces and embedded
materials.
TYPE OF VIBRATORS:
(i) Vibrators shall be the internal or immersion high frequency type, with speed of not
less than 6000 revolutions per minute when immersed in the concrete. Vibrators shall
be used in sufficient number of units and power of each unit shall be adequate to
properly consolidate the concrete.
(ii) Use of Vibrators:
Vibrators shall be inserted in a vertical position at intervals of about 600 mm
depending upon the mix; the equipment used, and continued experience on the job.
Vibrators shall be withdrawn slowly. In no case shall vibrators be used to transport
concrete inside the forms.

(iii) Successive Batches:


In placing concrete in layers, which are advancing horizontally as the work
progresses, great care shall be exercised to ensure adequate vibration, blending of the
concrete between the succeeding batches.
(iv) Vibrator Penetration of under layer:
The vibrator shall penetrate the layer being placed and also penetrate the layer below
while under layer is still plastic to ensure good bond and homogeneity between the
two layers and prevent the formation of cold joints.
(v) Vibrating Against Reinforcement:
Care shall be taken to prevent contact of vibrators against reinforcement steel.
Vibrators shall not be allowed to come in contact with reinforcement steel after start
of initial set. Vibrators shall not be allowed to come in contact with forms of finished
surface.
(vi) Use of form attached Vibrators:
The use of form attached Vibrators shall be used only with specific authorization of
the Engineer.

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
92

(vii) Use of Surface Vibrators:


The use of surface vibrators will not be permitted under ordinary conditions.
However, for thin slabs such as highways, runways, and similar construction surface
vibration by specially designed vibrators may be permitted, upon the approval of the
Engineer.
(viii) Stone pockets and Mortar Poundage’s:
The formation of stone pockets and mortar poundage in corners and against form face
shall not be permitted. If these occur, they shall be dug out, reformed and refilled to
sufficient depth and shape for the rough blending, as directed by Engineer.

CONSTRUCTION JOINTS AND KEYS:


Concrete shall be placed continuously unless otherwise specified.
If stopping of concreting becomes unavoidable anywhere, the construction joint shall
be made, where the work is stopped, concrete that is in the process of setting shall not
be disturbed or shaken by traffic either on the concrete itself or upon the shuttering.
Horizontal and vertical construction joints and bonding keys shall be located and shall
conform in details to the requirements of the plans unless and otherwise directed by
the Engineer. Where not described, the joint shall be in accordance with the following:
(a) Column joint:
In a column, the joint shall be formed 75 mm. below his lowest soffit of the beams
joining to it.
(b) Beam and Slab joint:
Concrete in a beam shall be placed throughout without a joint but, if the provision of a
joint is unavoidable, the joint shall be vertical and at the middle of the span. A joint in
a slab shall be vertical and parallel to the principal reinforcement. Where it is
unavoidable, the joint at right angles to the principal reinforcement, shall be vertical
and at the middle of the span.
CURING, PROTECTING, REPAIRING AND FINISHING:
All concrete shall be cured by keeping it damp for the period of time required for
complete hydration and hardening to take place.
Certain types of finish, or preparation for overlaying, concreting must be done at
certain stages of the process and special treatment may be required for specific
concrete surface finish.
(i) Curing with water:
Fresh concrete shall be kept continuously wet for a minimum period of at least 21
days since lapse of 24 hours after laying concrete. Quantity of water supplied shall be
controlled so as to prevent the erosion of freshly placed concrete.
(ii) Continuous Spraying:

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
93

Curing shall be assured by use of an ample water supply under pressure in pipes, with
all necessary appliances of hose (sprinklers to be used), unless otherwise specified or
approved by the Engineer.
(iii) Alternate Curing Methods:
Whenever, in the judgement of the Engineer, it may be necessary, the continuous
spray method may be omitted and a covering of sand, or other approved mulching
such as wet gunny bags, which will prevent loss of moisture from the concrete, may be
used. No type of covering will be approved which should strain or damage the
concrete during or after curing period. Covering shall be kept continuously wet during
the curing period.
(iv) Curing compounds:
Surface coating type-curing compounds shall be used only by special permission of
and under the direction of the Engineer. Curing compounds shall be colourless /
pigmented, liquid type, conforming to approved specifications. No curing compound
shall be used on surfaces where future blending with concrete or painting is specified.
(v) Ponding:
For curing of concrete in pavement, sidewalks, floors, flat roofs or other level surfaces,
the ponding method of curing is preferred. The method of containing the ponded
water shall be approved by the Engineer. Special attention shall be given to edges and
corners of the slabs to ensure proper protection to these areas. The ponded areas
shall be kept continuously filled with water.
(vi) Curing Equipment :
All equipment and materials required for curing shall be on hand and ready for the
use before concrete is placed.
(vii) Protection of Fresh Concrete:
Fresh concrete shall be protected by leaving forms in place for an ample period as
specified later in this specification. Newly placed concrete shall be protected by
approved means from rain, sun and winds. Steps as approved by the Engineer shall
also be taken to protect immature concrete from damage by debris, excessive loading,
vibration, abrasion or other materials etc. that may impair the strength and/or
durability of the concrete. Workmen shall be warned against and prevented from
disturbing green concrete during its setting period. If it is necessary that workmen
enter the area of freshly placed concrete, the Engineer may require that bridges be
placed over the area.
(viii) Repair and Replacement of Unsatisfactory Concrete:
Immediately after the shuttering is removed, the surface of concrete shall be very
carefully one over and holes noticed shall be filled up and made good with mortar
composed of one part of cement to one part of sand after removing any loose stones
adhering to the concrete. Concrete surfaces shall be finished as described under the
particular items of work. Superficial honeycombed surfaces shall be made good
immediately after removal of shuttering, in presence of Architect's representative and
superficial water and air holes shall be filled in. Unless otherwise instructed by the
Engineer, the surface of the exposed concrete placed against shuttering shall be

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
94

rubbed down immediately on removal of shuttering to remove fins or other


irregularities.
Unsatisfactory concrete shall be cut out and replaced with new concrete, as soon as
practicable after removal of forms. Anchors, tees, or dovetail slots shall be provided
wherever necessary to attach the new material securely in place. Surface of prepared
voids shall be wetted for 24 hours immediately before the patching material is placed.
Use of an epoxy for blending fresh concrete used for repairs will be permitted upon
written approval of the Engineer. Epoxies shall be applied in strict accordance with
the instructions of the manufacturer.
FINISHING - GENERAL:
The specification is intended to cover the treatment of concrete surfaces of all
structures. Area requiring special finish not covered by this specification may be
clearly indicated on the drawings and specifications will be furnished.
(a) Finish for Formed Surfaces:
The type of finish for formed concrete surfaces shall be as follows, unless otherwise
specified by the Engineer:
(i) Cement plaster finish:
The concrete shall be properly roughened immediately after the shuttering is
removed, taking care to remove the laitance completely without disturbing concrete.
The roughening shall be done by hacking. Before the surface is plastered, it shall be
cleaned and wetted so as to give good bond between concrete and plaster.
(ii) For surface against which backfill or concrete is to be placed, `no’ treatment is
required except tie holes & repair of defective areas shall be patched with cement
mortar.
(iii) For surfaces below grade, which will receive waterproofing treatment, the concrete
shall be free of surface irregularities, which would interfere with proper application of
the waterproofing material, which may be specified for use.
(iv) Surfaces which will be exposed when the structure is in service shall receive no
special finish except repair of damaged or defective concrete, removal of fins and
abrupt irregularities, filling of holes left by form ties and rods, and clean up of loose or
adhering debris.
(b) Finishing:
Finishing of exposed concrete surface shall conform to the following.
Smooth form finish:
The form facing material shall produce a smooth, hard, uniform texture on the
concrete; it may be plywood or other approved material capable of producing the
desired finish. All ties, burns and fins are to be removed. Mix one part of Portland
cement and one part fine sand with sufficient water to produce a stiff mortar. The
mortar after drying shall match the rest of the surface in colour. Before application of
mortar, concrete surface is to be dampened. Mortar is to be applied by firm rubber
float or trowel, filling all surface voids. Compressing mortar into voids by using
carborundum stone shall be continued till uniform colour and texture is produced. If

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
95

the mortar surface dries too rapidly to permit proper compaction and finishing, apply
a small amount of water with a sprayer. Quoted rate of exposed shuttering shall be
inclusive of this treatment.
(c) Finish for Unformed Surfaces:
Surfaces which will be exposed to the weather and which would normally be a
specified level, a horizontal surface or shows the slope required, the tops of narrow
surfaces, such as stair treads, walls, curbs and parapets shall be sloped approximately
10mm in 300mm width, broader surfaces such as walkways, roads, parking areas and
platforms shall be sloped about 1 in 50. Surfaces that will be covered by backfill or
concrete, sub-floors to be covered with concrete topping, terrazzo or quarry tile, and
similar surfaces shall be smooth screened and levelled to produce even surfaces.
Surfaces which will not be covered by backfill, concrete or tile toppings such as
outside desks, floors of galleries and sumps, parapet, gutters, sidewalks and slabs
shall be consolidated, screened and flattened. Flattening may be done with hand and
started as soon as the screened has attained a stiffness to permit finishing operations,
and shall be the minimum required to produce surface uniform in texture and free
from screened marks or other imperfections. Joints and edges shall be tooled as called
for on the drawings or as directed by the Engineer.
(d) Protection:
All concrete shall be protected against damage until final acceptance by the Architect
or his representative.
CONCRETING IN HOT WEATHER:
Concreting in extreme hot weather shall be avoided. Special care shall be exercised
and measure undertaken when temperature on site exceeds 105 F or 40 C. Such
measures shall include:
(i) Provision of a shade for coarse aggregate so that the same do not absorb heat from
the directly indenting rays of sun.
(ii) Continuously wetting coarse aggregates to keep their temperature down, fog sprays.
(iii) Providing a shade for the mixing machine.
(iv) Depositing the concrete from the machine as quickly as possible.
(v) Adjusting water proportions throughout the day to account for water in the wet
aggregate, giving desired strength and workability.
(vi) (Covering the deposited concrete by a membrane as soon after the placing as possible
without damaging the fresh concrete.
(vii) Wet gunny bags shall be laid immediately after two hours of concreting on the top
surfaces of slab and shall be kept wet for curing period.
(viii) Use of retarder (2% of Calcium Chloride).
(ix) Use of Zero Heat Portland Cement or even the Portland Pozzolana Cement.
(x) Use of higher water cement ratio.
(xi) Keep moist, the formwork continuously for the period of 2 hours at least.

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
96

On such days of hot weather, concreting records shall be kept of the atmospheric
temperature and corresponding temperatures of concrete discharged from the mixing
machine.
CURING OF DIFFERENT ITEMS:
For all the time during construction, curing shall be carried out especially from 7.00
AM to 7.00 PM even on holidays with proper manpower, necessary pumps and pipe
lines, connections, etc.
Exposed surfaces of concrete shall be kept continuously in a damp or wet condition by
ponding or by covering with a layer of sacking, canvas, hessian or similar material and
kept constantly wet for at least seven days from the date of placing concrete in case of
OPC and at least 10 days where mineral admixtures or blended cements are used. The
period of curing shall not be less than 10 days for concrete exposed to dry and hot
weather conditions. In the case of concrete where mineral admixtures or blended
cements are used it is recommended that above minimum periods may be extended to
14 days. For the concretes containing PPC or Portland Slag Cements, period of curing
may be increased.
FORM WORK:
General:
The form work shall conform to the shape, lines and dimensions as shown on the
drawings and be so constructed as to remain sufficiently rigid during the placing and
compacting of the concrete and shall be sufficiently tight to prevent loss of slurry.
(a) All forms shall be checked frequently during the concreting operations and until
removed so that they may be driven up if any settlement occurs.
The design, fabrication and erection of formwork are solely the responsibility of the
Contractor. The formwork should be safe and stable to withstand dead load of
concrete, men etc. Further, the form should yield security to the structure or its
members.
(b) Materials:
The selection of materials suitable for formwork shall be based on economy and
consistency with safety and quality required in the finished work. Formwork shall be
of timber, plywood, steel or any other materials as approved by Architect/Engineer-
in-Charge whose decision in this respect shall be final. Props and shores shall be of
steel, timber posts, bullies or any other material as approved by Architects.
(c) Chamfer strips shall be placed in corner of forms to produce bevelled edges on
permanent exposed surface, if specified.
(d) Temporary openings shall be provided at the base of column forms and wall forms
and at other points where necessary to facilitate cleaning and observation
immediately before concrete is placed.
(e) Mould Oil:
Care should be taken to see that the formwork is perfectly cleaned and two coats of
mould oil or any other approved material is applied before placing the concrete. Such
coating shall be insoluble in water, non-staining and non-injuries to the concrete. It

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
97

shall not become flaky or be removed by rain or wash water. Block boards or
equivalent shall be used for shuttering columns, beams, etc. and steel sheets for slab
shuttering will be allowed.
(f) Chamfers and fillets:
All concrete and angles exposed in the finished structure shall be formed with
mouldings to form chamfers of fillets on the finished concrete. The standard
dimensions of chamfers and fillets, unless otherwise specified, shall be 20 mm. Care
should be exercised to ensure accurate mouldings. The diagonal face of the moulding
shall be placed or surfaced to the same textures as the forms to which it is attached.
(g) Vertical construction joint chamfers:
Vertical construction joints on faces, which will be exposed at the completion of the
project, shall be chamfered as above except where not permitted by the Engineer for
structural or other reasons.
(h) Reuse of Forms:
Before reuse, all forms shall be thoroughly scraped, cleaned, joints examined and
when necessary, repaired and the inside retreated to prevent adhesion, to the
satisfaction of the Engineer. The Contractor shall equip himself with enough
shuttering to complete the job in the stipulated time.
(i) The contractor shall record on the drawing or a special register the date upon which
the concrete is placed in each part of the work and the date on which the shuttering in
removed there from. Striking of forms in the case of sides of beams, columns and slabs
can be carried out after 24 hours of concreting. The striking of forms shall be done as
para 2.12.4. Striking shall be done with utmost care without shock or vibration by
gently easing the wedges. If, after removing the formwork, it is found that the timber
is embedded in the concrete, it has to be cut out and made good with fine concrete.
Due care shall be given to the provision of correct form work for holes and openings
in the slabs, inserts, grounding cables, conduits and pipe sleeves, foundation or
anchor bolts etc. as per approved drawings or as directed by the Engineer.
CLEANING AND TREATMENT OF FORMS:
The forms shall be carefully examined to see that they are vertical and horizontal and
the joints are properly closed. If forms are to be reused, they should be carefully
examined before such reuse, properly aligned and open joints shall be repaired and
coated with crude oil. The centring planks for columns shall be joined together and
provided with threaded bolts and nuts.
The centring and props for the various members shall be fixed in a workman like
manner to be approved by the Engineer-in-Charge. They shall be of such size as the
Engineer-in-Charge thinks fit and proper. The centring shall be removed only after the
permission has been obtained from the Engineer-in-Charge. Props shall be supported
on wedges placed on planks and the planks shall be 25 mm thick.
All rubbish, particularly chippings, shavings and saw dust shall be removed from the
interior of the forms before the concrete is placed and the form work in contact with
the concrete shall be cleaned and thoroughly wetted or treated with an approved

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
98

composition. Care shall be taken that such approved composition is kept out of
contact with the reinforcement.
(a) In columns of any forms where access to the interior is not available otherwise, a
sufficient area of one side shall be left loose so that it may be removed for cleaning out
all chips, dirt, sawdust and other extra materials.
(b) Where the shoring bores on the ground, the Contractor shall spread the load from
shores by suitable brick platforms in order to prevent settlement.
ARCHITECTURAL EXPOSED REINFORCED CEMENT CONCRETE:
(i) General:
Generally specification for reinforced cement concrete work shall also apply to this
type of work and additional specification set-forth below.
(ii) Materials:
(i) Cement used for such work shall be of a uniform colour and obtained from one source
of manufacture.
(ii) Aggregate:
a) Fine Aggregates:
Colour being an important consideration for exposed concrete, colour of sand used
shall also be uniform through out the entire construction. Preferably total quantity
required for the work shall be collected and well mixed together to a uniform shade.
b) Coarse Aggregate:
The colour of the aggregate shall be maintained the same through out. Unless
otherwise specified, exposed concrete in walls, fences and parapets which are no-load
bearing and are less than 120 mm. in thickness the maximum size of coarse aggregate
shall be limited to 12 mm for which nothing extra shall be admissible. Flat and flaky
pieces shall not be allowed.
(iii) Reinforcement & Cover of the Concrete:
Correct placing of the reinforcement with proper cover is important in all exposed
work to avoid discoloration by rusting. The minimum cover specified in the
Specification shall be maintained throughout.
Concrete blocks or spacers shall be sparingly used at exposed surfaces. When used,
such blocks shall preferably be cast on vibrating tables or in some other similar
manner so that it may match the concrete surface in texture and colour. Cover blocks
of materials other than precast blocks shall not be allowed to be used.
(iii) Construction of shuttering:
All centering and framework shall be rigid and of robust construction. All vertical
props shall be cut square at ends and shall rest on double wedges, placed on
continuous horizontal runners on firm natural soil. Resting of props or runners on
made up soil shall not be permitted on any account. All members of the formwork
shall be closely fixed without any gap between them so as to safeguard against any
settlement or displacement of shuttering at the time of concreting.

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
99

i) Timber Shuttering:
Formwork for exposed work shall be of seasoned wrought hard wood timber planks
free from loose knots. The planks shall be 50 mm thick, 100 to 125 mm wide with
tongue and groove joints, assembled to a pattern approved by the Architect. The
formwork shall be so constructed, braced, and stayed as to remain absolutely rigid
and true during and after concreting. The boards shall be planed to a suitable
thickness in order that the surface against the concrete shall not be broken at joints
between boards. Chamfers, grooves, drips mouldings, bevelled edges etc. shall be
made in the form itself to the size, profiles and details called for on the drawings.
ii) Plywood Shuttering:
The contractor shall provide shuttering quality plywood not less than 12 mm
thickness as per IS.4990 (type-I) of approved make or equivalent approved by the
Architect in place of timber plank shuttering mentioned above for such location as
called for by the Architects. The joints in plywood shuttering shall be located as
directed by the Architects. Shuttering, centring and form work for all exposed
concrete work like exposed columns, beams, ribs, slabs, chajjas, facia, walls etc. shall
be of such finish and rigidity as to produce all faces fair and smooth, true to line level
and plumb. No rendering or touching shall be permitted on these faces.
iii) Steel shuttering:
Steel shuttering for exposed concrete work shall be made of shuttering plates of
standard sizes and to suit the pattern of exposed concrete indicated in Architect's
drawings. The shutter plates used will be made of steel sheets strengthened at the
edges and in middle to prevent sagging or any deflection and concrete deformity or
dents and should fit with each other properly without any space or groove being left
between adjacent plates to avoid and leakage of concrete slurry. If any concrete
projects out between plates this will be neatly cut away.
The contractor shall be required to produce details of working showing the general
construction of formwork and panels with details such as nail position and holes for
supports that may be required; nail heads shall be positioned as instructed by the
Architects. Grooves and chamfers shall be formed as shown on the drawings without
any extra cost.
Any holes for the supports, which the contractor may need, shall be permitted only if
approved by the Architects. All such holes shall be subsequently filled in carefully as
to match with the other surface. Walls, columns etc. shall generally be cast to the full
height in one operation and the formwork shall be provided accordingly. If permitted
by the Architects, these may be completed in two or more heights when the formwork
shall be carefully and correctly raised for further height so as to ensure a neat joint
without disturbing the pattern. Any groove desired by the Architect at the joint shall
be provided by the Contractor at no extra cost. .
(iv) Coating for shuttering:
Shuttering oil, colourless and emulsifiable in water shall be used for oiling the
woodwork, when only a thin film shall be neatly applied avoiding collection at one
place. Any mark left by the shuttering oil shall be washed clean.
(v) Measurements and proportioning of concrete materials:

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
100

This shall be as laid down generally for R.C.C. work. In no case extra dust or sand or
additional water shall be allowed with the intention of getting better finish, which
shall only be obtained by erecting centring as specified above and proper vibrating of
the mix after placing. In no case, the slump limit, specified in the Specification shall be
exceeded.
(vi) Preparation for placing concrete:
Special care is essential to see that all saw dust, chips, nails or any foreign material is
washed out or otherwise removed from the shuttering.
(vii) Mechanical vibration:
All concrete for exposed concrete work shall be vibrated, using needle vibrators -
30/32 mm. Surface or trough vibrators may be permitted to be used for thin slabs.
External vibrators for walls may be allowed but this shall be done carefully to
safeguard the displacement of the shuttering. Vibrators shall only be operated by
skilled labour; over or under vibration shall not be permitted. Any spillage, or leakage,
which is unavoidable and which flows down the exposed concrete surfaces, shall be
immediately washed away with clean water and brush. Exposed concrete members
shall be finished to desired surface while the concrete is still green.
(viii) Curing and protection of concrete:
Curing will be done with clean water, so as not to discolour the concrete. All exposed
concrete work shall be properly protected by Alkathene film, gunny bags, wooden
boards etc. so the surfaces and edges are not damaged or discoloured till the entire
construction is handed over, at no extra cost. All such damages shall be set right or
replaced by the contractor at his own cost; the contractor is deemed to have
considered this in quoting his rate.
(i) Removal of shuttering:
Striking and removing of formwork for exposed concrete shall be done very carefully
without damaging the surface or edges. All such damages shall be set right or replaced
by the contractor as his own cost.
(ii) Finishing:
Finishing of exposed concrete surface shall be as specified.
Exposed concrete surface shall on no account be permitted to any sort of repairs or
patching after striking the formwork. In the event of any portion not coming up to
standard, this shall be taken down by the contractor at no extra cost. Decision of the
Architects as to the rejection of such work shall be final and binding on the contractor.

STRIPPING TIME:
In normal circumstances (generally where temperatures are above 20 C) and where
Ordinary Portland Cement is used, forms may generally be removed after expiry of
following periods:
Type of Formwork Minimum Period
Before Striking

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
101

Formwork
(a) Vertical formwork to columns, walls, beams 16 - 24 h
(b) Soffit formwork to slabs (Props to be refixed 3 days
immediately after removal of formwork
(c) Soffit formwork to beams (props to be refixed 7 days
immediately after removal of formwork
(d) Props to slabs:
(a) Spanning up to 4.5 m. 7 days
(b) Spanning over 4.5 m. 14 days
(e) Props to beams and arches:
(a) Spanning up to 6 m 14 days
(b) Spanning over 6 m 21 days
The number of props left under, their sizes, load and disposition shall be such as to be
able to safely carry the full dead of the slab, beam or arch as the case may be together
with live load likely to occur during curing or further construction.
However, this period may be increased or decreased at the discretion of Architects. In
case when the cube strengths at seven days are found to be low or in the cases when
other cements are used, the curing period and stripping time for forms and removal of
props may have to be extended. This shall be decided by the Architect and the
contractor shall not claim any extra costs for such increased periods of curing and
stripping of forms etc. Special care shall be taken while removing the cantering of
cantilever slab, canopies, portal frames, folded plates construction etc. Stripping time
for such special structure as shell roofs etc. shall be determined from tests of stripping
cubes taken especially for the purpose. These cubes shall give strength of 75% of the
28 days strength.
For rapid hardening cement 3/7 of the above period will be sufficient in all cases
except vertical sides of slabs, beams and columns, which should be retained for 24
hours.
Note:
The props left under shall mean that the form work for slabs and beams soffits at 3
days and 7 days respectively can be removed only if the same can be done without
disturbing the props which are required to support the slab or beam completely. In
normal cases this will mean that period for removal of formwork for slabs and beam
soffits will be 7 days and 14 days respectively.
PROCEDURE WHEN REMOVING THE FORMWORK:
All formwork shall be removed without such shock or vibration as would damage the
reinforced concrete. Before the soffit and struts are removed, the concrete surface
shall be exposed, where necessary, in order to ascertain that the concrete has
sufficiently hardened. Proper precautions shall be taken to allow for the decrease in
the rate of hardening that occurs with all cements in the cold weather.
CAMBER:

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
102

It is generally desirable to give forms an upward camber to ensure that the beams do
not have a sag when they have taken up their deflection, but this should not be done
unless allowed for in the design calculation of the beams.
TOLERANCES:
The Contractor shall, before putting any concrete in any unit, check all dimensions
according to the drawing governing the accuracy of the dimension of all the units and
the necessary formwork shall be approved by the Engineer-in-charge and if any error
is found in dimensions, the Engineer-in-charge will not allow in any case more than
the tolerances specified as below and any unit which does not comply will be liable to
rejection at the discretion the Engineer-in-charge.
The formwork shall be designed and constructed to the shapes, lines and dimensions
shown on the drawings within the tolerances as given below. The tolerances in
footings apply to concrete dimensions only and no to positioning of vertical
reinforcing steel or dowels.
(a) Deviation from specified dimensions - 6 mm
of cross sections of columns and beams +12 mm
(b) Deviation from dimensions of footings:
(i) Dimensions in plan -12 mm
(ii) Eccentricity 0.2 times the width of the footing in
the direction of deviation but not
more than 50 mm.
(iii) Thickness +0.05 times the specified thickness
TRANSPORTING AND PLACING OF CONCRETE:
The concrete shall be mixed in quantities required for immediate use and shall be
deposited on the sub-grade/sub-base to the required depth and width of the pavement
section in successive batches and in continuous operation without the use of intermediate
form between the joints. Care shall be taken to see that no segregation of materials results
whilst the concrete is being transported from the mixer to the place where it is to be
deposited. The spreading shall be as uniform as possible to avoid re-handling of concrete.
Where, however a certain amount of redistribution is necessary, it shall be done with
shovels and not with the rakes.
While being placed the concrete should be rodded with suitable tools so that formation of
voids or honeycomb pockets is prevented. The concrete shall be well placed and tamped
against the forms and along all joints.
COMPACTION OF FLOOR CONCRETE:
The concrete at the side of the forms and between the reinforcements at joints and at
corners to be compacted with internal vibrator (needle vibrators) to avoid honeycombing
and to get perfect compaction at these locations.
The vibrating screed shall rest on side forms and it shall be lowered vertically on the
concrete surface, (evenly spread to an appropriate level above the base) to provide the
required surcharge for compaction; allowed to remain in position for few seconds until
compaction is completed, then lifted vertically and lowered on to the adjacent strip of un-
compacted concrete. The amplitude of vibration of the screed shall not be less than 1.5 mm

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
103

and speed of travel not more than 0.60 m per minute. The screed shall again be taken
slowly over the surface, sliding with its axis slightly fitted away from the direction of sliding
and operation repeated until the required dense, close knit textured finish surface is
obtained.
Notes:Precautionary measures to be taken before starting concrete floor.
(a) The working of vibrators shall be regularly checked and standbys shall always be
maintained for emergency use.
(b) The segregated particles of coarse aggregates which collect in front of the tamper or
screed shall be thrown outside the forms. Under no circumstances shall such segregated
particles be carried forward and pushed on to the base in front of the mass.
CONCRETE FLOOR FINISHING:
Immediately after completing the compaction by screed vibrator and excess water has
disappeared but while the concrete is still plastic, the floor top surface shall be tested for
true-ness with a 3.65 M long straight edge (Aluminum Box Section).
The straight edge shall be held in successive positions parallel to the guide channels in
contact with top surface of floor laid and the whole area gone over from the one side of the
floor to the other. Advance along the floor shall be in successive stages of not more than
one half length of straight edge. Any area of the depressions found shall be scooped to a
depth of 40 to 50 mm filled immediately with freshly mixed concrete, struck, compacted
and refinished. High areas shall be cut down and refinished. The straight edging and re-
floating shall continue until the entire surface is found to be free from observable
departures from straight edge and top surface has the required levelled surface.
The floor top surface shall be re-tested for trueness before the concrete begins to set
with the 3.60 M long master straight edge (Aluminum Box Patti). Any irregularity in
surface to be rectified.
PREPARATION OF SURFACE AND USE OF FLOOR HARDNER (FIRST DRY SHAKE):
Following types of floor hardeners are used for increasing strength of concrete floors.
 Ironite based
 Silica / Quartz based
 Carborandum based
The quantity of floor hardener shall be used as specified by the Consultants (or as per
manufacturers specification) and according to light / medium / heavy-duty floor as
specified.
Scrap the concrete deposited, if any, on the top of side form during concreting. As
soon as concrete is firm enough to support the weight of workmen and their
equipment and no water is observed on surface; apply first shake of hardener evenly
using 2/3 of total mix e.g. 2/3 of 7.5 Kg./Smt. Treat areas adjacent to walls and
columns first, spread the materials evenly by sprinkling at right angles in two passes
close to floor level. Do not broadcast (spread) the hardener from a station position but
use a wooden scraper to spread the hardener. Alternatively, a mechanical spreader
can be used for better application.
FLOATING: (With Finishing Machine Having DISC)

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
104

Power float the shake application promptly, work near wall, columns and door area
first. Avoid excessive floating but ensure that the shake application is completely
wetted and incorporated in to the base slab.
C-6 Form work for “off the form exposed concrete surfaces having board marked
pattern and time texture. “
Relevant specification of form work above (Given in C-5 above) shall be made
applicable.
Concrete surface, which are to be “form finish shall be cast in an approved form work
and shall be free from honey combined, fine, projections, and air holes. All external
angles to form finish concrete surfaces shall be chaffed if and as directed. All
interesting flush surfaces, surfaces horizontally or vertically between columns and
beams of other structural members shall be separated by grooves if and as directed by
the Engineer-in-charge.
The pattern of the form boards, the disposition of construction joints and lifts, and the
incorporation of recessed or raised joints shall be carefully studied by the contractor
for its proper implementation.
The contractor shall submit shuttering drawings and details of pattern and the
method of forming joints in the exposed (form finish) concrete to the Engineer-in-
charge. For his approval and all changes and modification specified by the letter shall
be appropriated by the former and final approval whereof obtained from the
Engineer-in-charge.
No work of form finished exposed concrete shall be carried out until the contractor
has produced acceptable sample of shuttering and concrete to the approval of the
Engineer-in-charge.
Utmost care shall be then be constantly exercised by the contractor in the :
a. Design workmanships and fixing of form work.
b. Control of concrete ingredients, mixing and placing.
c. Adequate technical supervision of all process involved.
Listed below are some form work specifications, for form finished exposed concrete
to be used on site as directed by the Engineer-in-charge.
i.Smooth Board Surfaces :
The smooth board marked surfaces are produced by new dressed tongued and
grooved boards of uniform thickness of not less than 45 mm. These boards should be
brought and dressed on both faces as well as on all side.
ii.Rough Board Surfaces :
A rough texture is obtained by the use of new sawn boards with dressed square edges.
Steel Mould Surface:
Steel moulds must be rigid enough are perfectly plane and clean. They must be
painted with a protective point and absolutely free from rust or have a special section
at their edges to prevent cement leakage and produce a water tight joint.
This type of form work is to be entrusted to a skilled and specialized manufacture
who has produce satisfactorily similar form work and who must be approved by the
Engineer-in-charge.
In all type of form work to form finished exposed concrete. Only non-staining mould

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
105

oil supplied by an approved manufacturer will be used.


The repetitive usages of the same form work to cast form finished exposed concrete
shall be as decided by the Engineer-in-charge and no case form work not guaranteed
to produce the required form finish to the satisfaction of the Engineer-in-charge shall
be used.
The exposed concrete shall have uniform finish. The finish of the concrete when
shuttering and form work is removed will generally be without blemish and will be
such as will not require touch up. Slight touch up a small work or two if necessary
shall be carried out immediately on removal of form work by 1.1 proportions. This
shall be carried out expertly on removal of form work with entire surface.
C-7 Fabricating placing reinforcement in position :
Fabrication:
The reinforcement bars shall be out to be required length including necessary bends
hooks, overlaps, etc. as shown on the plan or as directed by the Engineer-in-charge
and shall conform to I.S. 2502-1963 or as revised from time to time. Details of length
and bending diagrams shall be got approved from the Engineer-in-charge.
Placing and Binding:
All reinforcement shall be accurately placed in position with spacing as shown in the
drawing and firmly held so during placing and setting of concrete. The bars shall be
tied diagonally both ways, at all inter-sections with M.S. binding wire of 1.22mm or
1.63mm dia (16 or 18 gauge). Spot welding instead of tying brass by wires will be
permitted by the Engineer-in-charge, if required. Spacing of bars shall be maintained
by means of stays, blocks, tiles, spacers, hangers or other approved supports or
devices at sufficiently close intervals.
All bars protruding from concrete to which other bars are to be spliced and which are
likely to be exposed for indefinite period shall be protected from rusting by thin coat
of cement wash.
Welding:
Welding (instead of overlaps) by gas or electricity will be permitted under suitable
conditions and with suitable safe-guards. In case such permission is granted, relevant
Indian Standards for welding of steel reinforcement bars including carrying out
necessary tests shall be followed.
Inspection:
No concrete shall be deposited unless the Engineer-in-charge has inspected the
reinforcement work, recorded measurements, and given permission to place the
concrete. After the approval of the reinforcement by the Engineer-in-charge, it will be
the contractor’s responsibility to see that reinforcement is not disturbed from its
position till the concreting is completed.
C-8 Fixing Expansion Joints :
The expansion joints shall be provided in R.C.C. structural members:
a. For the joints between twin internal beams of RCC frame structure, copper strip of
1.5mm thickness and width and shape as shown in the detailed drawing shall be
placed near the bottom in the first beam such that one Kg. of the specified width is
embedded in the beam and “U” fold (of 80mm depth unless otherwise specified) will
come in the joint.

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
106

The “U” shape gap of the copper strip shall be filled with poured bituminous joint filler
and nearly finished on top. Before casting of the jointing member pre-molded bitumen
joint filler or required thickness shall be placed in position as directed and concrete
then cast, embedding the other leg.
b. The joint between the twin terrace beam shall be prepared in a manner similar to (1)
above except that the raised concrete edge shall be provided and the copper plate
shall be fixed in the raised edge as directed. It shall be covered by lead flushing 1.5mm
thick fixed to one seat with copper screws to the wood blocks embedded in the
concrete as shown in the detailed drawing.
c. For the joints between twin internal or external columns, white casting the first
column, one leg of each of the copper strips of 1.5mm thickness shall be embedded
into the column and “U” fold will come in the joints nearer the exterior faces of the
column. The copper strips shall be fixed with hold fast of copper rod as shown in the
detailed drawing. Before casting the second column pre-molded bituminous joint
filler shall be placed against the face of the first column all along between the two
steps as directed by the Engineer-in-charge.
C-9 Structural steel work
All steel shall be tested and Indian approved manufacturers. One sample would with
exact dimensions of all the members of the truss shall be got approved by the
Engineer before erecting and fixing the same. Welding shall be properly done to the
exact length and shall be got approved by the Engineer and welding shall conform to
IS – 816-1956 or as revised from time to time. This items including providing,
supplying, fabricating and erecting the same in proper position.
The entire steel surface shall be made clear and free form rust, scales, dust etc. before
painting. All the steel work shall be painted with one coat of anti-corrosive paint and
two coats of approved enamel paint and shade complete as directed.
There shall be no holes left after welding. The welding shall be carried out by welders,
well experienced in the job and possessing certificate. The cutting should be smooth
and the steel shall be made perfectly straight as required. The bolts, nuts, washers,
etc. used shall be of best approved quality. After welding is done the welding surface
shall be made clear by removing all the flux by cheeping hammer wire brush.
The entire steel structure after erection shall be in perfect line and level and plumb
and shall structure after erection shall be in perfect in line and level and plumb and
shall be approved by the Engineer-in-charge before the sheeting work is started.

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
107

U]HZFT ;ZSFZ
DFU¶ VG[ DSFG lJEFU
5lZ5+ S|DF\S o 8LV[G;Lv!_vZ__Zvs!$fv;4
;lRJF,I4UF\WLGUZ
TFZLB ov Z*v$vZ__5
lJQFIov ZFHI ;ZSFZGF AF\WSFD DF8[ J5ZFTF UF{6 BlGHGL ZMI<8L EZJF AFATP
;\NE¶ ovpWMU VG[ BF6 lJEFUGM 9ZFJ S|DF\S o V[DV[DVFZv!!Z___vZ_!#vK 4
TFP!v)vZ__$
5lZ5+ ov
pWMU4 BF6 VG[ pHF¶ lJEFUGF TFPZ5v!v)! GF 9ZFJ S|DF\S o V[D;LVFZvZ!((vs(f v&5vK VgJI[
ZFHI ;ZSFZGF4 5\RFITGF VG[ ;ZNFZ ;ZMJZ GD¶NF lGUDGF AF\WJFDF\ VFJTF\ Z:TFVMGF S[ l;\RF. JU[Z[GF
SFDM DF8[ HIFZ[ ;FNL DF8L s VM0L¶GZL S,[v VY¶ f VG[ s;MO8f D]ZD JF5ZJFDF\ VFJ[ tIFZ[ U]HZFT UF{6
BlGHlGIDv!)&& D]HA ZMI<8L ,[JFGM lGID ,FU] 50X[ GCLP V[8,[ S[ VF SFDM DF8[ SMg8=FS8ZM 5F;[ ;FNL
DF8L s VM0L¶GZL S,[ vVY¶ f VG[ s;MO8fD]ZD DF8[ ZMI<8L ,[JFGL YX[ GCL T[JL HMUJF. SZJFDF\ VFJ[,PCJ[
p5Z ;\NE¶DF\ NXF¶J[, pWMU VG[ BF6 lJEFUGFTFP!v)vZ__$ GF 9ZFJYL TFP Z5v!v)! GF 9ZFJ ZN
SZJFDF\ VFJ[, K[P
VFYL CJ[ ALv! 8[g0Z OMD¶ DF\ B\0 v #& VG[ ALvZ 8[g0Z OMD¶DF\ B\0v#5 DF\ GLR[ D]HA ;]WFZF[ SZJFDF\
VFJ[ K[P
ZFHI ;ZSFZGF AF\WSFD DF8[ J5ZFTF UF{6 BlGHGL ZMI<8L AFATP
s!f TFP!v#v)! GF 9ZFJ D]HA PPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPP D]ZD l;JFIGF
VgI ;]WLGF XaNM ZN SZL OST GLR[ D]HA HMUJF. VD,DF\ ZC[X[P
UF{6 BGLH AFATDF\ ZFPUF{PBPlGP!)&& VG[ T[GF VG];\WFGDF\ JBTMJBT ACFZ 5F0JFDF\ VFJ[, 9ZFJM
,FU] 50X[4 VG[ T[ D]HA ,Lh S[ 5ZDL8 ,[JFG]\ VG[ ZMI<8L EZJFGL ZC[X[Ps pWMU VG[ BF6 lJEFU 9ZFJ
S|DF\S V[DV[DVFZv!!vZ___vZ_!#vKTFP!v)v_$ f
s VXMS 5\0IF f
p5;lRJzL4
DFU¶ VG[ DSFG lJEFU
5|lT4
;J[¶ VlW1FS .HG[ZzL4
s DFPDPJT]¶/Mq 5\RFIT sDFPDPfJT]¶/Mq V[S;5|[; J[ JT]¶/ q ZFHI DFU¶ IMHGF JT]¶/ q
ZFQ8=LI WMZL DFU¶ JT]¶/M q 5F8GUZ IMHGF JT]¶/ ;lCT f
;J[¶ SFI¶5F,S .HG[ZzLVM s p5ZMST JT]¶/M C[9/GF TDFD lJEFUM ;lCT f
GS, ZJFGF ov
v pWMU VG[ BF6 lJEFU4 ;lRJF,I4 UF\WLGUZ
v GD¶NF 4 H/;\5ltT 4 5F6L 5]ZJ9F VG[ S<5;Z lJEFU4;lRJF,I4 UF\WLGUZ
v lGIFDSzL4.HG[ZL ;\XMWG ;\:YF4 J0MNZF
v lGIFDSzL4V[gHLGLIZL\U :8FO SM,[H4 UF\WLGUZ
v D[G[HL\U 0LZ[S8ZzL4U]HZFT ZFHI AF\WSFD lGUD ,L4 UF\WLGUZ
v D[G[HL\U 0LZ[S8ZzL4U]HZFT ZFHI DFU¶ lJSF; lGUD ,L4UF\WLGUZ
v ;J[¶ TF\l+SVlWSFZLzLVM s GFPSFP.P;lCT f DFPDPlJEFU4;lRJF,I4
v ;J[¶ 5|MH[S8 XFBFVM4 DFPDPlJP;lRJF,I4
v ;L,[S8 OF.,P

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
108

ZFHI ;ZSFZGF AF\WSFD DF8[ J5ZFTF UF{6 BGLHGL ZMI<8L EZJF AFATP

U]HZFT ;ZSFZ
pWMU VG[ BF6 lJEFUP
9ZFJ S|DF\S o V[DV[DVFZq!!Z___qZ_!#qK
;lRJF,I4UF\WLGUZ
TFZLB ov !v)vZ__$
J\RF6[ ,LWF ov
s!f pWMU BF6 VG[ pHF¶ lJEFUGM 9ZFJ S|DF\S o V[D;LVFZv Z!&(v*#(_vK
TFP!Zq!Zq!)&)
sZf pWMU BF6 VG[ pHF¶ lJEFUGM 9ZFJ S|DF\S o V[D;LVFZv Z!&(v(v&&(5vK
TFP!q!q!)(*
s#f pWMU BF6 VG[ pHF¶ lJEFUGM 9ZFJ S|DF\S o V[D;LVFZv Z!((vs(f&5vK
TFPZ5q!q!))!
s$f pWMU VG[ BF6 lJEFUGM 9ZFJ S|oV[D;LVFZv!_)*vZ(5&v
K4 TFP&q!!q!))*
s5f DFGPD]bID\+LzLGF VwI1F56F C[9/ IMHFI[, V[d5FJ0¶ SDL8LGL
TFP!(q&qZ__$ GL A[9SGL SFI¶JFCL GM\WP
9ZFJov
pWMU4 BF6 VG[ pHF¶ lJEFUGF ;\NE¶ v s#f C[9/GF 9ZFJYL V[JL HMUJF. SZJFDF\ VFJ[, S[ ZFHI
;ZSFZGF 4 5\RFITMGF VG[ ;ZNFZ ;ZMJZ GD¶FNF lGUDGF AF\WJFDF\ VFJTF\ Z:TFVMGF S[ l;\RF. JU[Z[GF SFDM
DF8[ HIFZ[ ;FNL DF8L s VM0L¶GZL S,[vVY¶ f VG[ s;MO8f D]ZD JF5ZJFDF\ VFJ[ tIFZ[ U]HZFT UF{6
BlGHlGID 4 !)&& D]HA ZMI<8L ,[JFGF lGIDM ,FU] 50X[ GCLP V[8,[ S[ VF SFDM DF8[ SMg8=FS8ZM 5F;[ ;FNL
DF8L s VM0L¶GZL S,[v VY¶ f VG[ s;MO8f D]ZD DF8[ ZMI<8L ,[JFYL YX[ GCL TYF ;\NE¶vs$f C[9/GF
lJEFUGFTFP&q!!q)* GF 9ZFJYL U]HZFT lJW]TAM0¶ wJFZF CFY WZJFDF\ VFJTF\ SFDM DF8[ 56 p5Z D]HA
ZMI<8L D]lSTGM ,FE VF5JFDF\ VFJ[,P
p5I]¶ST HMUJF.GF SFZ6[ ZFHIDF\ U[ZSFIN[;Z ZLT[ VF BGLHMGM J5ZFX YTM CMJFG]\ H6FI[, K[P H[GF
5lZ6FD[ ZFHI ;ZSFZ[ ZMI<8LGL VFJS U]DFJJL 50[ K[ DF8[ p5ZMST C]SDMGL HMUJF.GL ;DL1FF SZL T[ N}Z
SZJFGL AFAT ;ZSFZzLGL lJRFZ6F C[9/ CTLP TFP!(q&qZ__$ GF ZMH DFGPD]bID\+LzLGF VwI1F56F C[9/
IMHFI[, V[d5FJ0¶ SDL8LGL A[9SDF\ GSSL YIF D]HA ;\NE¶v# TYF ;\NE¶v$ C[9/GF lJEFUGF TFPZ5q!q)! TYF
TFP&q!!q)* GF 9ZFJM VFYL ZN SZJFDF\ VFJ[ K[P
U]HZFTGF ZFHI5F,zLGF C]SDYL VG[ T[DGF GFD[P
s VFZPALPjIF; f
GFIA ;lRJ
pWMU VG[ BF6 lJEFU
5|lT4
v DFPD]bID\+LzLGF VU|;lRJzL4 DFPD]bID\+LzLG]\ SFIF¶,I4
v ZFHI S1FFGF D\+LzL s pWMU VG[ BF6 f GF V\UT ;lRJzL4 ;lRJF,I4 UF\WLGUZP
v VU|;lRJzL4 GF6F\ lJEFU4 ;lRJF,I4 UF\WLGUZ
v VU|;lRJzL4 pHF¶ VG[ 5[8=MS[DLS, lJEFU4 ;lRJF,I4 UF\WLGUZ
v VU|;lRJzL4DC[;], lJEFU4;lRJF,I4 UF\WLGUZ
v VU|;lRJzL45\RFIT VG[ U|FD UC lGDF¶6 lJEFU4 ;lRJF,I4 UF\WLGUZ
v ;lRJzL4 GD¶NF VG[ H/ ;\5ltT lJEFU4 ;lRJF,I4 UF\WLGUZ

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
109

v ;lRJzL4 DFU¶ VG[ DSFG lJEFU4 ;lRJF,I4 UF\WLGUZ


v D[G[HL\U 0[ZLS8ZzL4 ;ZNFZ ;ZMJZ GD¶FNF lJEFU4;lRJF,I4 UF\WLGUZ
v ;eI ;lRJzL4 U]HZFT lJWT AM0¶4 Z[;SM;¶4 J0MNZF
v ;lRJF,IGF ;J[¶ lJEFUM
v V[SFpg8g8 HGZ,zL VDNFJFN q ZFHSM8P
v lJSF; SlDxGZzL4 U]HZFT ZFHI 4UF\WLGUZ
v ;J[¶ D]bI .HG[ZzLVM
v SlDxGZzL4 E]:TZ lJ7FG VG[ BlGH BFT]\ 4UF\WLGUZ
v VlWS lGIFDSzL s V[OPV[;PfE]:TZ lJ7FG VG[ BlGH 4 UF\WLGUZ
v D]bI JG ;\Z1FS zL4 U]HZFT ZFHI4 UF\WLGUZ
v 0FIZ[S8Z V[SFpg8g8 V[g0 8=[hZL4 UF\WLGUZ
v ZFHIGF ;J[¶ BFTFGF J0FVM
v ;J[¶ S,[S8ZzLVM
v l;lGIZ E]:TZXF:+LzL E]:TZ lJ7FG VG[ BlGH VDNFJFN4J0MNZF4ZFHSM8 4 E]H
v ;J[¶ 5|F\T VlWSFZLVMP
v ;J[¶ DFD,TNFZzVM q DCF,[BFSFZzLVM
v ;J[¶ lH<,F lJSF; VlWSFZLzLVMP
v ;J[¶ TF,]SF lJSF; VlWSFZLzLVMP
v ;J[¶ VlW1FS .HG[ZzLVM4 H/;\5ltT lJEFU4 DFU¶ VG[ DSFG lJEFU4 GD¶NF lJEFUP
v ;J[¶ SFI¶5F,S .HG[ZzLVM H/ ;\5ltT lJEFU4 DFU¶ VG[ DSFG lJEFU4GD¶NF lJEFUP
v ;J[¶ JG ;\Z1FSzLVMP
v ;J[¶ lH<,F E]:TZXF:+LzL4 S,[S8Z SR[ZL s BlGH XFBF f
v 5[ V[g0 V[SFpg8g; VMOL;Z 4 UF\WLGUZ q l;,[S8 OF.,

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
110

DF,;FDFG 5ZL1F6 V\U[ 8[:8GL ;\bIF VG[ :JLS'TLGF WMZ6M NXF"JT] 5+S
U]6JtTF lGIDG DFU" VG[ DSFG lJEFUP
S|DF\S 8[:8GL lJUT 8[:8GF WMZ6[ 5ZL1F6MGL :JLS'lTGF WMZ6[
! Z # $
! ;LD[g8
sSf ;[8L\U 8F.D 5_ 8GGL 8SF Y[,LVMDF\YL !5 SL,MGM V[S #_ DLGL8 SZTF VMK]\ GCL\
.GLXLI,4OF.G, ;[d5, ,[JFGM ZC[ K[P &__ DLGL8 SZTF JWFZ[ GCL\
5_ YL !__ 8GvZ ;[d5,
!__ YL Z__ 8Gv# ;[d5,
Z__ YL #__ 8Gv$ ;[d5,
#__ YL 5__ 8Gv5 ;[d5,
5__ YL (__ 8Gv& ;[d5,
(__ YL !#__ 8Gv* ;[d5,
sBf OF.GG[X 5F\R ;[d5, DF\YL V[S 8[:8 sVF.PV[;P ;LJ )_ DF.S|MGGL ;LJDF\YL )_@ VUZ JW]
)_ DF.S|MGf 5UFZ YJ]\ HM.V[P
sUf Sg;L:8[g;L 8[:8 V[S ;[d5, sNZ[S ;[d5, p5Z D]HAf #_@ H[8,]\
s3f SM5|[;LJ 8[:8 +LHF NLJ;[ VMP5LP;LP DF8[ !!_ NZ[S ;[d5, p5Z D]HA
SLPU|FPq;[PDLPZ
;FTDF lNJ; DF8[ ZZ_ lSPU|F q ;[PDLPZ
V9IFJL; DF\ lNJ;[ VMP5LP;LP DF8[ #!_
lSPU|FPq ;[PDLPZ
sVf OF.GG[X 8[:8 VMP5LP;LP DF8[ Z_#5 ;[DLqU|FD JWFZ[ p5Z D]HA 5F\R ;[d5,DF\YL V[S 8[:8
5[;LOLS ;ZO[; wJFZF 5LP5LP;LP DF8[ #_#_ ;[DLqU|FD
sAf ZF;FIl6S 5'YSSZ6 !P D[uG[lXID VMS;F.0 &@ YL VMK]\ p5Z D]HA 5F\R ;[d5,DF\YL V[S 8[:8P
VF.PV[X $_#Zv)&( ZP ;<OZ 8=FI VMS;F.0 ZP*5@ YL VMK]\
#P .uGLXG ,MX 5@ ;]WL
ZP Z[TL
sVf ;L<8Sg8[8 !5_ 3G DLP V[S 8[:8 sV[S ;[d5, !_ #@ ;]WL :5[;LOLS[XG lGIT SZ[,F WMZ6
sAf OF.G[G[X DM0I],; lSPU|Ff D]HA ;FDFgI ZLT[ RMYF hMG DF\YL VFJTL
Z[TL JF5ZJL GCLP
# U|L8 S5RL s0FDZSFD AL8] DLG; D[SF0D4 U|L8 VG[ S5RLGF :5[OLS[XGGF lGIT SZ[,F WMZ6M D]HAP
DF8[f V,U :5XLOLS[XG lGIT SZ[,F WMZ6M
D]HA A[ T[DH DL1F V[U|LU[8GF NZZMH A[
8[:8 V[S H %,Fg8 p5ZYL ,[JFGF ZC[X[P
sV,U V,U A[ VG[ 0=FIZDF\YL A[f
sSf U|[0[XG 8[:8 5|lT Z__ 3G DL8Z[ V[S 8[:8 0FDZ ;5F8L DF8[ #5@ YL JW] GCLP
sBf O,[SLG[X 8[:8 5|lT !__ 3G DL8Z[ V[S 8[:8 JW] GCL\P
sUf V[A|[XG 8[:8 5|lT !__ 3G DL8Z[ V[S 8[:8 #_ @ YL JW] GCL\P
s3f V[A|[XG 8[:8 Z5 YL !__ 3G DL8Z[ V[S 8[:8 NZZMH #5 @ YL JW] GCL\P
sUf :8=L5L\U 8[:8 A[ 8[:8 V[S H %,Fg8 DF8[ ,[JFGF ZC[X[ Z5 @ YL JW] GCL\P
NZ !__ 8G[ V[S 8[:8 VYJF H~lZIFT
D]HAP
sVf 0FDZ V[S:8=[XG 8[:8 _P# @ slGIT WMZ6MGFf
sAf 0FDZGL U]6JtTFGM _P(_ $@
8[:8 s5[GL8=[XG 8[:8f (_vZZ5 5@
ZZ5 YL p5Z _@

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
111

$ .\8M Z___ .\8MGF HyYFDF\YL Z_ .8M ,[JFGL D[0Z[8


sSf V[a,MZ[XgF 8[:8 ZC[ K[P
sBf JM8Z V[A;MA|[XG #5___ .\8MGF HyYFDF\YL #Z .\8M ,[JFGL Z_ @ YL JW] GCL\P
8[:8 ZC[ K[P V[JZ[H #5 SLPU|FPq ;[PDLPZ YL VMK] GCL\P
sUf SM5|[XLJ :8=[gY 8[:8 VG[ NZ[S 5____ .\8MGF HyYFDF\YL 5_ VG[ NZ[S ZLh<8 lGIT WMZ6MGF Z_ YL
.\8M ,[JFGL ZC[ K[P VMK] CMJ] HM.V[P
5 ;LP;LP O,MZL\U 8F.<; Z___ 8F.<;DF\YL & 8F.<; ,[JFGL ZC[ JW]DF\ JW] !_ @
sSf JM8Z VA;MXG 8[:8 K[P
sBf 8=Fg;JZL :8=[g; 8[:8 Z___ 8F.<;DF\YL !Z 8F.<; ,[JFGL ZC[ ELGL ;]SL (_ SLPU|FPq;[DL !Z_ SLPU|FPq;[DL
sUf V[A|[XG 8[:8 K[P sVMKFDF\ VMKLf
Z___ 8F.<;DF\YL & 8F.<; ,[JFGL ZC[ V[JZ[H W;FZM #P5 DLPDLP YL JW] GCL\P
K[P
& 5F6L V[S ;M;" DF8[ V[S H JBT 8[:8 ,[JFGM 8L0LV[; sDLP U|Fq,L8Zv#___ ZF<O[8
S[DLS, V[GF,L;L; ZC[X[P 5KL HM X\SF YFI TM HP sDLPU|FPq,L8Zv5__ 5LPV[RPJ[<I] & YL (
S,MZF.0 DLPU|FPq ,L8ZvZ___ s5LP5LP;LPf
v !___ sVFZP;LP;LPf SFA"GLS 5NFY" Z__
VSFA"GLS 5NFY" #___
* ;LD[g8 SMS|L\8GF SI]A 8[:8 sVf VM0LGZL VG[ S\8=M, SM\S|L8 DF8[ sAf H]NF H]NF U|[0GF SMS|L\8 DF8[ lGIT SZ[,
VF.PV[;P$5v!)*( DHA]TF. D[/JFGL H~ZL K[P
HyYM ;[d5,GL ;\bIF * lNJ; Z( lNJ;
! YL 5 3G DL8Z ! SLPU|Fq;[PDLPZSLPU|Fq;[PDLPZ
Z YL !5 3G DL8Z Z V[DP!__v*_ !__
!& YL Z_ 3G DL8Z # V[DP!5_v!_5 !5_
#! YL 5_ 3G DL8Z $ V[DPZ__v!#5 Z__
5! YL p5ZGF $+ NZ[S V[DPZ5_v!*_ Z5_
HyYF DF8[ 5_ 3G DL8Z VYJF T[GF EFU V[DP#__vZ__ #__
DF8[ V[S ;[d5, s! ;[d5, v & SI]Af
sAf VM0LGZL VG[ S\8=M<0 SMS|L\8 5],MGF VF p5ZF\T VF.PV[;PVFZv!)*( GF SMP
SFD DF8[ VF.PVFZP;LP Zv!)&& D]HA D]HA lJlXQ8 DHA]TF. sS[Z[S8ZL :8LS ;8=[5
UlT 5_ 3G DLPGF HyYF DF8[ !_ SI]A PPPPPPPP UHFPPPP SZLG[ D[/JJFGF CMI K[P
,[JFGF H[ 5{SL 5 SI]A * lNJ;GF V\T[ VG[ sAf NZZMH 8[:8 SZ[,F SI]AGL ;Z[ZF;
5 SI]A Z( lNJ;GF V\T[ 8[:8 SZFJJFGF SMU|[;LG :8=gYlGIT WMZPPPPP VMKL PPPPPP
ZC[ K[P HM.V[P NZZMH 8[:8 SZ[,F SI]AGF PPPPP
SMS|L\8 SFD NZdIFG 5C[,F &lNJ; DF8[ SI]AGL :8=[gYlGIT WMZ6MGL :8[=gWGF PPPPPPP YL
SFID p5Z D]HA SI]A ,[JFGF VG[ tIFZ VMKL GF CMJL HM.V[P
5KL +6 lNJ;[ V[SJFZ SI]A EZJFGF ZC[
K[P
sSf ;LD[g8 SM\S|L8 ALDGF SFD DF8[ 5|lT #_
3G DLPGF HyYF DF8[ !_ SI]A EZJFGF H[
5{SL 5 SI]A * lNJ; VG[ AFSLGF 5 SI]A
( lNJ;[ 8[:8 SZFJJFGF ZC[X[P
( ,MB\0
HF0F. V<8LD[8 PPPPPPP SLPU|F .,MU[X
DLDL 8[g;F.F, q ;[PDLP G GF
:8=[gYsSLP 8SF
DLP q
sSf DF.<0 :8L, $_ 8G[ VMKFDF\ VFK]\ V[S 8[:8 ,[JFGF ZC[ ;[DLf

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
112

sVFZP;LP;LPf K[P _vZ_ $Z ZZ Z#


Z_v$_ $Z Z$ Z#
sBf AJL:8[S :8L, AFZ lSP U|FP
Z_ YL $Z Z$ Z#
JW]
sUf DL:8[S SMS|L\8 DF8[ AWL $)P5 $ZP5 !$P5
:8L,GF JFZ lSP U|FP ;F.h
DF8[
(P_ !$_ VFJ[, $ U|MH
*P_ !5_ 8[v ;F., $ PPPPP
5P_ !&_ :8=[v 55L $Z__
DLDL
$P_ !*5 VMKFDF\ #
#P_ !)_ VMK]\ (5@ ZP5

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
113

DETAILED SPECIFICATION FOR THE ITEMS OF WORK TO BE CARRIEDOUT

NAME OF WORK :-Construction of ESR, U G Sump, Rising main, Pump House, Distribution
Network, Bore Well, Compound wall, Paver Block & Tree Plantation at
Dondwada Industrial Estate. (Re-invited)

ITEM NO. 01 OF SCHEDULE B1:( ESR 1.00 Lac Liter)

Designing structurally (and aesthetically) complying provisions of relevant Indian


standards and constructing RCC Elevated service Reservoir of shaft type structure of
the following capacity and height , using data of S.B.C of proposed site, Seismic zone,
Wind speed Zone. Including

List of Indian Standards for design of ESR: relevant Indian Standards


(1) I.S. 3370 part I to IV 1965 or latest revised
(2) IS 456-2000 or latest revised
(3) IS 11682- 1985 or latest revised
(4) IS 1893-2002 part I to V or latest revised
(5) IS 13920-1993, or latest revised
(6) IS 875 part I to III,1987 or latest revised
(7) IS 11089- 1987 or latest revised
General specifications:
(1) The Min. concrete grade for RCC shall be M :300. Proportion of concrete.
ingredients shall be as per Mix design using weigh batching.
(2) HYSD(Fe-415) or Higher Grade reinforcing bars confirming to IS1786/1139 or CRS/TMT
bars Shall be used as per Specification.
(3) In case of column –brace trestle type staging having more than 6 columns internal horizontal
bracing is obligatory. One bracing shall be at foundation level in case of Individual
footings .
(4) Min. size/ thickness of various components shall be provided as per design
criteria/specifications (or as per std. practice ) .
(5) Minimum dimensions specified for various components in tender data/specifications
shall be provided without fail.
(6) The Safe bearing capacity (SBC) /allowable pressure on soil shall be adopted as per SBC
test report to be carried out by the contractor at his own cost. If poor soil strata is met
with or ground water table is met with ,the SBC shall have to be re ascertained
scientifically and the design shall be revised.
(7) The Maximum spacing between horizontal bracings shall be 5 m (storey height).
(8) The BB Masonry cabin with MS door shall be constructed when staircase is outside
the staging.
(9) M.S. ladder shall be provided and fixed for access to roof when height of roof from G.L. is
up to 10 m. For ESR having more than 10 m height RCC. staircase or suitable RCC staircase
shall be constructed

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
114

(10) For ESR-having staging height 15 m the staircase shall be provided inside the staging
with effective tie beams in more than one direction.
(11) Water level indictor shall be provided and fixed float type /electronic (as specified ).
(12) The rate shall include providing and fixing pipes, specials, and valves required for inlet,
outlet, wash out, over flow and bye pass arrangement. The scope of work includes
constructing supporting RC pillars, erecting, laying, fixing and joining pipes and specials
etc. as per sketch inlet, outlet from face of staging (outer most column).
(13) CI pipes & specials shall only be used .
(14) The rate shall include cost of dewatering during execution making all arrangement
and any dewatering technical.
(15) The structure shall be designed properly for uplift due to Ground water table
specified in data or GWT met with during execution. No extra shall be Paid.
(16) Effective curing shall be carried out as per specifications.
(17) Agency shall engage qualified (at least graduate) consulting engineer for designing
the structure and he/she shall visit the site for guidance of work at least 3 times per week.
(18) 75 % part rate shall be payable for Concrete, Reinforcement and Plastering items of
container until satisfactory hydraulic testing for water tightness is performed as pertender
condition. Till then the work shall be treated as incomplete.

2.1.0 Providing staircase from ground level to roof level, B.B. masonry chambers of all
valves, ventilating shafts, providing and applying three coats of cement paint to the
structure including roof slab and giving satisfactory water tightness test as per I.S. code.
The job to include painting the name of the scheme and other details on the reservoir as
per the directions of Engineer-in-charge.
Note:- The design of the structure be in accordance with relevant I.S. 3370-1965 or revised.
The design shall satisfy the stipulation as per I.S. 1893 - 1984 and I.S. 13920 - 1993
for
seismic force and I.S. 11682 / 1985 for R.C.C. staging of Overhead tank.
For design having more than 6 columns, provision of internal bracing is obligatory.
The entire structure shall be in M-300 mix only.
Plain round mild steel bars grade-I confirming to I.S. 432 part-I or CRS/TMT Fe 415 grade/high
yield strength deformed bars confirming to I.S. 1786 or I.S. 1139 shall be used, grade-II mild
steel bars will not be allowed.
Irrespective of the type of foundation proposed in the design, one set of bracing be provided at
the ground level.
The rate indicated in the table are including the cost of pipe. Specialsand valves requiredfor
inlet, outlet, washout, over flow and by-pass arrangement. The scope of work,
alsoincludes cost of erecting, laying and jointing materials up to 5 M beyond outer face of
outermost column.
C.I. Pipes and C.I. Specials shall only be used.
These rate include providing of RCC staircase for E.S.R.
These rate are including the cost of uplift pressure if any and entire dewatering during
execution.
75 % part rate shall be payable for reinforcement concrete and plastering items of
containers of E.S.R. till satisfactory hydraulic testing for water tightness is given, and till that
work shall be treated as incomplete.

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
115

Note :-Conditions from Sr. No. 1 to 20 shall form a part and parcel of the tender and must be
included in the draft tender papers for works of R.C.C. E.S.R. Cost of 1,00,000 lits
capacity

2.1.1 General specification for R.C.C. E.S.R. is based on bidders own design as well as
Structural designs for RCC ESR & Under Ground Sump / Hydraulics of the Connecting
Main approved by the Department.

2.1.2 The tender is invited with bidder’s own design. The bidder shall prepare and submit scan
copy of “Inspection Note on design” along with the uploading of tender and hard copy
along with physical submission of documents. He shall also indicate the approximate
quantity of cement and steel as per his design as well as judgment of the ancillary works
covered under the scope of work. The successful tendered shall submit the detailed R.C.C.
design & drawings of E.S.R. including lay out of head works as well as schematic flow
diagram for connecting distribution system within 30 days of issue of acceptance letter.

2.1.3 Data for R.C.C. E.S.R. (Seismic Zone-III)

Sr. Parameters Details


No.
1 Location As per Location Drawing
Capacity of ESR ( in liter)/
2 1 Lac lit capacity / 15 Mt
Staging Height
3 Average ground level of plot As per site situation and approved design.
4 Bottom level of the ESR As per site situation and approved design.
5 water level in the ESR (m) As Per Design
6 Maximum water level in the ESR (m) RL As Per Design
7 Water depth minimum As per SBC report
8 Free board 0.30 meter minimum (below beam bottom)
As Per Design. Pipe dia design as per
9 Inlet size of Pumping Main (Twin) rising main pipe dia. CI Flanged pipe
vertically casted B class as per IS 1537
As Per Design. Pipe dia design as per
10 Type Size of over flow & Outlet (Twin) WSD pipe dia. CI Flanged pipe vertically
casted B class as per IS 1537
As Per Design. CI Flanged pipe vertically
11 flow pipe Size of Washout pipe
casted B class as per IS 1537
12 Length of pipes (each) As per design (5.0 m along ground )
13 Type of structure RCC structure
RCC –M 30 or as per latest guild line of
14 Grade of Concrete
standard
FE-415 CRS or higher grade Steel
15 Steel
Confirming to Relevant IS
16 SBC As per actual site testing by the agency
17 Shape of ESR As per design
The design of RCC ESR shall be in
accordance with IS-1893-(Part-I)
18 IS ( All latest revisions) Earthquake Resistant Structures”
IS-1893-(Part-II (2002) “Liquid Retaining
Tanks (Elevated and Ground supported “

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
116

IS 875 Part-III
IS13920
IS 4326
IS 3370Part(I to IV)
Design with limit state method as per IS
19 Crack width 3370:2009 Part-I & II then crack width
should not exceed 0.1 mm

2.1.4 Soil investigation at depth of foundation as per design & report on safe allowable
pressure shall be carried out thorough reputed agencies / laboratories by the bidder at his own
cost. It will be necessary for the bidder to ascertain and confirm the actual soil bearing capacity
at specific location of RCC ESR. He bidder shall have to produce the S.B.C. report along
with the design data sheet as well as design of R.C.C. ESR.

The design shall generally be on the basis structural design specification according to various IS
codes.

2.1.6 All structures / part of structures in contact with water shall be designed as
waterretaining structures as per IS:3370 (Part I-IV) or its latest revision.

2.1.7 R.C.C. ESR shall be designed to withstand Earthquake effect of the zone-III as per :1893-
1984-Criterial for Earthquake resistance design of structures as well as guidelines by the
expert group of Government of India – Minister of urban affairs & Employment published by
Building materials and technology promotion Council.

2.1.8 For cyclone / wind storm protections


• IS 875 (3)-1987 “Code of Practice for Design Loads (other than Earthquake) for Buildings and
Structures, Part 3, Wind Loads.”
• Improving Wind / Cyclone Resistance of Buildings – Guideline, by Expert Group, Government
of India, Ministry of Urban Affairs & Employment, published by Building Materials and
Technology Promotion Council, 1998.

Note:- Wherever and Indian Standard including those referred in the National Building
Code or the National Building Code is referred, the latest version of the same shall be followed.

2.1.9 Shape of R.C.C. ESR should be good looking with the acceptable architectural effect
consistent with the surrounding site condition and economy.

The length of pipe mentioned above shall be supplied in full quantity irrespective of
actual length of execution.

2.1.10 The location of the R.C.C. ESR shall have to be adjusted in the available and
measured space in such a way that the inlet connections i.e. from Sump / Filter Plant to ESR and
outlet connection from outlet to the junction point of the existing network distribution.

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
117

GENERAL INSTRCTIONS TO THE BIDDER

2.2.0 The bidder shall quote the rate in schedule “B” for Planning, Designing, Constructing
R.C.C. Elevated Service Reservoir of 5 Lac liters capacity and 18.0 m staging height with
maintenance guarantee period of 5 years . Water Supply line as per his own design based
on above data as well as all relevant IS (latest revision). This includes providing and
fixing of lightening conductor, electronic water level indicator, C.I. manhole frame and
cover and ventilator etc. including connecting existing network distribution system with
the outlet of ESR.

2.2.1 The bidder shall mention the quantity of cement, steel, connecting pipeline fixtures
etc. required for the work under the scope of contract.

2.2.2 The bidder shall submit the name, qualifications, and experience of Design Engineer who
has prepared detailed R.C.C. calculations or will prepare design and drawings on acceptance
of the tender.

2.2.3 The design Engineer has to prepare and submit the design calculations and
drawing, layout, flow diagram, SBC report etc. within 30 days of issue of acceptance letter.
However along with the tender ‘Inception Note’ on design of work to be prepared and
produced in the same cover duly signed and as per design criteria.
Appendix “A” of page No.

2.2.4 The design of the lowest tender or any other tender whose tender is proposed to be finally
accepted by the authority only after the design is approved and accepted.

2.2.5 The Design Engineer will be required to attend for preliminary discussion for scrutiny
remarks etc. whenever required with all reference data, Books, I S specifications etc. .at his own
cost.

2.2.6 It will be duty of the Design Engineer of bidder to clarify, modify, redesign and
finalize and submit the design and drawings as per scrutiny remarks offered within30 days
of the issue of acceptance letter.

2.2.7 On approval of the design, bidder shall supply free of cost eight sets of design and
drawings duly bound for use along with item wise detailed measurements to be executed
under the scope of work and its cost aspects.

2.2.8 The instructions contained in criteria for Design of R.C.C. E.S.R. shall be
strictlyfollowed and the tender shall submit his design based on acceptance of
thesecriteria. The designer shall have to modify his design as per these criteria without
any change in the tender cost submitted. Earnest Money of the tender stands forfeited if he
fails to modify his design as per above criteria. The tendered amount filled up by the tendered
shall be considered as final for completing the plans and Design.

2.2.9 The bidder shall have to comply the remarks raised within 15 days from the date of
information of remarks or earlier.

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
118

2.2.10 Actual work order for construction will be given only on approval of Design of
the lowest bidder who’s tender is accepted.

2.2.11 The detailed design calculations and detailed drawings should be submitted within
30 days of the issue of acceptance letter. In case of non-submission of detailed design
within 30 days of the issue of acceptance letter the tender shall be rejected & his earnest money
deposit shall be forfeited.

2.2.12 The bidder shall mention the require quantity of cement and steel with justification for
evaluation of bid with inception note on design of R.C.C.E.S.R.

2.2.13Design requirement of RCC ESR.

Schedule of Payment:-

Sr. No. Stage of Work


Percentage of
Payment
1 On Submission of hydraulic / Structural design, drawing 1%
for approval with SBC & SBP test report
2 On approval of design, drawing 2%
3 On completion of excavation work 5%
4 On completion of foundation work with raft 10%
5 On completion of Work up to G.L 10%
6 On completion of Staging Height Of ESR up to 5 mtr 5%
7 On completion of Staging Height of ESR up to 18 mtr 5%
8 On completion of bottom Slab work 9%
9 On completion of Vertical Staging Height of ESR 8%
10 On completion of Top Dome / Slab work 15%
11 On completion of pipe manifold with valves and Chambers 15%
12 On completion of finishing work with painting 5%
13 On completion of hydraulic testing satisfactorily 15%
14 After finalization of entire work. 5%
Total 100%

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
119

ITEM NO. 01 OF SCHEDULE B2:( SUMP 4.50 Lac Liter)

Preparing structural design of RCC Under Ground / Partially underground / above high
ground level Reservoir of Rectangular Shape and of required capacity as per relevant I.S. and
constructing the same, including excavation in all types of soil strata (including rock)
including shoring strutting if required, for loose soil / to protect from collapse due to nearby
traffic load, casting 100 mm thick P.C.C. leveling course in M-10, Refilling the pit with proper
soil and disposing of the surplus stuff within a lead of 50 meters. Including cement plaster in
CM 1:2 with approved water proofing compound to inside water touching surface to
container. Including all types of labour and material charges of lowering, laying, erecting /
hosting and jointing of pipe assembly to inlet, outlet overflow, washout and bye pass
arrangement as per hydraulic design.

List of Indian Standards for Design of GSR / SUMP:-

The structural design of GSR shall be in accordance with provisions relevant I.Ss.
(1) I.S. 3370 Part – 1 to 4, 1965 or latest revised.
(2) I.S. 456 – 2000 or latest revised.
(3) I.S. 1893-2000-1984 or latest revised.
(4) I.S. 875, Part-1 to 3, 1987 or latest revised.
(5) I.S. 13920, 1993 or latest revision for Seismic forces (Zone-III)
(6) I.S. 11682,1985 or latest revision for RCC staging or Over Head tank.

General Specification:

(1) Water depth in container shall be adopted as per data of tender. If water depth is not
specified the suitable water depth / acceptable to field engineer in accordance with
(2) Shape of container (in plan) specified by in data shall be adopted in absence circular shape
shall be adopted.
(3) Size shall be fixed as per availability of space (land area) at site / acceptable engineer in
charge.
(4) Effect of overlapping of pressure bulbs on soil due nearby structure and proposed sump
should be considered.
(5) care shall be taken that no damage should occur to nearby existing structure. Compensation
shall be paid for the same by agency.
(6) The minimum concrete grade for RCC shall be M-30.
(7) HYSD Fe 500/415 grade reinforcing bars confirming to I.S. 1786 / 1139 shall be
considered in design. CRS bars shall be provided. In saline atmosphere corrosion
resistance stainless steel / HCR rebar shall be provided. Any other steel can be used with
approval of C.E./ in situation of non-availability in market without extra cost. Minimum
size (or thickness) of various components shall be provided as per tender criteria /
specifications in absence as per I.S./ Std. practice of G.W.S.S.B. Minimum dimensions
specified for various components in tender data / specifications shall be provided without
fail.
(8) The safe bearing capacity (SBC)/ SBP shall be referred from SBC/SBP test report. In
absence of report it shall be referred from data sheet. If poor soil is found / water table is

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
120

met with during excavation SBC/SBP shall be scientifically ascertained and design shall be
revise. No extra shall be paid for increase in quantity.
(9) DI pipes and special shall only be used if type is not specified in tender.
(10) The rate shall include cost of dewatering during excavation making all arrangement when
water table meets within depth. Also, the rate shall include cost of Submersible type mud
pump for cleaning of the sump.
(11) The structure shall be designed properly to resist uplift due to ground water table specified
in data or actual ground water table meets with during excavation. No extra shall be paid. if
GWT / uplift is mentioned in tender and during excavation it does not meet 7.5% rate shall
be reduced.
(12) SS pipes railing shall be provided over sump periphery when sump height is ≥ 1.5 meter
above ground level.

RCC staircase should be provided from GL to sump top slab based on the height of the GSR
above/below theground. RCC Staircase with SS railing to be provided inside reservoir container.
BB Masonry stair cabin to be provided to cover the same with MS safety door having locking
arrangement.to be provided for GSR . Sump and HGLR of capacity more than 7.5 lacs liter with
top slab .If dome is constructed as top slab then provide minimum opening of 900mm X
2000mm with curbing and SS railing around

(13) Any change in size, shape, depth below GL, height above GL, water depth, F.B. size of
member etc. can be permitted in exceptional case due to site condition or hydraulic design
requirement by C.E. No extra shall be paid for change.

(14) Any change in data, dimensions, shape, water depth, reduction in size if permitted by
competent authority and if it reduces quantity then payment shall be reduced prorate.

(15) When capacity of GSR / Sump is > 20 lakh liters two or suitable compartments acceptable
to executive engineer shall be designed and provided.

(16) Agency shall engage qualified (at least graduate) consulting engineer for designing the
structure and he / she shall visit the site for guidance of work.

(17) 75% part rate shall be payable for concrete, reinforcement and plastering items of container
until satisfactory hydraulic testing for water tightness is performed as per tender condition.
Till the work shall be treated as incomplete. Above conditions/ general specifications Sr.
No.1 to 21 are part and parcel of tender (Contact) and prevail over other provisions in
tender.

The safe bearing capacity (SBC)/SBP shall be referred from SBC/SBP test report. In GI
pipes railing shall be provided when sump is more than 2 meter above ground level.
Appearance of structure should be aesthetically good looking acceptable to authority.

The snowcap paint of approved shade shall be applied in Three coats whole structure.
The epoxy paint shall be applied to the exposed steel structures.

3.13 Water soluble reactive penetrating zycoseal neon technology water proofing system
shall be applied on inside and outside surface of UGSump by flooding method on dry and

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
121

clean cementious surface.Use dilute zycoseal in 1:10 proportion with good quality of water to
cover 20 Msurface area by 1 Kg. zycoseal product.

If Rectangular / Square container is to be adopted being specific requirement according to site


condition [i.e. area available is less to accommodate cylindrical container or incase U/G Sump
(GSR) to match with Rectangular Pump House or Project requirement to develop capacity of
GSR then the above rates specified in “B” shall be increased by 2.5%.

Location :- Dondwada Industrial Estate near Valia Gujarat.

Schedule of Payment :-

Sr. Percentage of
Stage of Work
No. Payment
1 On Submission of hydraulic / Structural design, drawing for approval 1%
with SBC & SBP test report
2 On approval of design, drawing 2%
3 On completion of excavation work 5%
4 On completion of foundation work with raft 16%
5 On completion of vertical wall 16%
6 On completion of Top Dome / Slab work 15%
8 On completion of pipe manifold with valves and Chambers 15%
9 On completion of finishing work with painting 5%
10 On completion of hydraulic testing satisfactorily 15%
11 After finalization of entire work. 10%
Total 100%

ITEM NO. 01 OF SCHEDULE B3:( Pump Room)

Designing(aesthetically) and constructing Pump room & Panel Room at different locations as
decided by Engineer-In-Charge with positive & Negative section With Gantry in pump room
including doors & windows of aluminum section and window grill of iron, rolling shutter etc.
complete up to floor to height 9.00 m in pump room & same height in Panel Room Pump
Room Floor is IPS with Iron Ore Hardener & Panel room Floor is Mirror Polished Kota stone
of min. cut Size of 16" x 22".It also include RO Water Purifier System and Mirror Polished
Kota stone Sandwiched Granite Platform of total 6 m length x 0.75 m width with Mirror
Polished Kota stone Sandwiched single piece Supports spaced as directed by Engineer in
Charge With Ceramic Sink at each Pumping Station. Ladders and Railings with vertical Posts
at All the Pumping station shall be of SS 304 Material Including Toilet with Septic Tank &
Soak pit & 1000 liter HDPE water storage tank & their required connections. (At two
Different locations)
R.C.C. Panel Room
10.00 X 10.0 mt size
Size
Grade of Concrete RCC –M 25
FE-500/550D CRS or above Steel Confirming to
Steel
Relevant IS

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
122

SBC Accordingly to actual SBC design is to be prepared.


Shape Rectangular
The design of pump house shall be in accordance with
IS-1893-(Part-I) Earthquake Resistant Structures”
IS-1893-(Part-II (2002) “Liquid Retaining Tanks
(Elevated and Ground supported “
IS Codes IS 875 Part-III
IS13920
IS 4326
IS 3370Part(I to IV)
Height of Pump House above
Ht 4.50 mtr above sump top slab level
Plinth(m)
Carpet area of the Pump House (Sq.
As per Drawing
mt)
Live Load on the Pump Floor Level
300
(kg/ sqm.)
Live load for non-accessible pump
75 kg/m2
house roof (kg/sqm)
Material handling, arrangement ---

Flooring Polish kota stone 25 mm thick


RCC frame work with brick masonry wall, arrangement
Type of structure of SS doors, SS windows, gantry facility, plaster paint
etc. as per detailed specifications
Design with limit state method as per IS 3370:2009 Part-
Crack width
I & II then crack width should not exceed 0.1 mm

The item shall be executed as per relevant IS code, drawing and instruction of Engineer in
Charge.

Mode of Measurement
Mode of measurement & payment shall be done as relevant item of BOQ on Sq.m basis.

ITEM NO. 01 OF SCHEDULE B4:

Construction of cast in situ M25 RCC Flow meter/ BF Valve/ Sluice Valve chambers of
required size having wall thickness, Bottom slab thickness and top slab thickness as per
drawing, including minimum reinforcement of FE500 TMT and bottom base cement
concrete(PCC) (1:3:6) as per detailed drawing & specification and as per instruction of
Engineer-in-charge including cost of excavation, refilling, curing, top man hole cover of
precast concrete M-20, providing & fixing of Heavy Duty PVC Steps in Wall Concrete etc.
1.5 x 1.5 x 2.0 mt. RCC Valve Chamber

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
123

Additional excavation required to be done shall be carried out as per instruction of Engineer-in-
charge. For foundation chamber 15 cm. thick 1:3:6 PCC shall be provided and 23 cm. up to 1.5 m.
depth.

Concrete work shall be in M-25 grade for cast in situ. Necessary factory inspection to be done to
ensure the quality of work by GIDC as well as TPI agency.

C.I. steps of required size shall be provided and fixed in wall at 30 cm c/c for facilitating access into
the chamber. First step should be at a depth of 0.5 m from top and last step should be 0.5 m above
bottom.Chamber shall be covered with 150 mm thick RCC (M-25) pre cast or cast in situ slab in four
parts with key hole to insert key for operation.

Reinforcement for the cover slab shall be provided considering heavy traffic load. Curing of
concrete, RCC etc. shall be done using chemical or water for 14 days.12 mm dia MS bar handles
minimum two nos. shall be provided to each piece of slab during the time of casting of slab.
Sides of chamber shall be refilled properly with selected excavated earth.

All the above items shall be carried out in workman like manner as per prevalent sound
engineering practice and instruction of Engineer-in-charge.

Mode of Measurement :Payment per No. of chamber

ITEM NO. 2. OF SCHEDULE B4:( Sluice Valve)

Supply, Install, Testing & Commissioning of double flanged PN-1 with hand wheel/cap
operated Sluice Valve generally conforming to IS :14846/780 / IS : 2906, having body, door,
cover in graded cast iron to IS:210, FG : 200, inside screw non-rising spindle of stainless steel
- AISI 410, Body and door seat (four) ring of stainless steel CF-8. Spindle nut of leaded TIN
bronze grade LTB : 2 to IS :318. Valve seat tested to 10 kg/cm2 and body to 15 kg/cm2
flanges machined faced and drilled to IS : 1538 / 1976 Part-IV/VI. Hydraulic tests certificate
& certificate of material of construction of parts shall be submitted before dispatch of valve
of following class and diameter including all taxes, insurance, transportation, freight
charges, octroi, inspection charges, loading, unloading, conveyance to site, stacking etc.
complete rate for sluice valve including followings but Without Actuator. Also, including
SITC of expansion bellow of corrugate design, stainless steel expansion bellows with flanges,
15 mm axial movement having tie Rosa, nuts etc. complete of same dia including all taxes,
insurance, transportation, freight charges, octroi, inspection charges, loading, unloading,
conveyance to site, stacking etc. complete rate for sluice valve including fixing in position

Sluice valves as per IS :14846 /780 / IS : 2906 (PN 1.0) with ISI Mark-Hand wheel/Cap
operated and including SS Expansion Bellow

2.01 150 mm dia. Sluice Valve


2.02 200 mm dia. Sluice Valve

DESIGN FEATURES
All the valves above or equal to the size of 300 mm nominal bore shall be gear operated.

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
124

It is a general requirement that the valves in the pump house shall be Sluice / Gate / Sluice valves
& shall be motorized and are of ductile iron (DI) body construction and valves in the field pipe
lines shall be Sluice / Gate / Sluice valves & shall be manually operated (through a suitable gear
box mechanism in case of valves above 300 mm NB) & are of ductile iron construction unless
otherwise stated.
The valves shall be free from sharp projections, which are likely to catch and hold stringy
materials.
Valves shall close with clockwise rotation of the hand wheel. The direction of closing and
opening shall be marked on the hand wheel.
The stuffing box gland shall be of one-piece design.

FEATURES OF CONSTRUCTION
The pump house valves shall be preferably with a mechanical & electrical indication of valve
position and an indication of the valve percentage opening. The valves for the field pipeline shall
be manually operated. The valves shall be provided with a valve position locking arrangement
(mechanical type).
Sluice / Gate Valves shall be provided with back seating arrangement.
Renewable body and wedge ring shall be provided.
Valve shall be of double flanged type. Holes drilling and flange thickness of valve flange and
mating companion flanges shall generally conform to the standard IS 1538-1976.
The valves shall be completely overhauled before placing in position.
Necessary joining materials viz. bolts, nuts, washers, packing etc. shall be provided by the
contractor at his cost. The valves and associated piping shall be fixed so as to have axis perfectly
horizontal. The Valves and associated piping shall be supported on RCC pedestals and the
associated piping shall be shall be secured with suitable clamping arrangement. For an easy
access to the valves’ manual operating wheel/ handle, necessary approach with operator’s
standing space shall be provided for all the valves of the pump house and of the field pipelines.
If required the contractor shall also carry out drilling of holes of appropriate Diameter in flanges
in required numbers.
A hand wheel shall be provided for emergency operation. The hand wheel drive shall be
mechanically independent.
The valve design shall take care of the pressure drop across the valve disc in case of partial
opening of the valve and shall take care of the erosion and cavitation’s effect on the body and
disc during such operation.
Valve(s) subjected to back pressure shall have the valve seat, disc and the operator suitably
designed to ensure trouble-free operation.
Valve body shall be of Ductile Iron (DI) material with flanged ends in pump house.

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
125

The shaft Diameter shall take into consideration, the maximum torque required for the valve
operation, the maximum differential pressure across the valve disc when the valve is closed and
the shock load due to accidental closure of the valve disc.
The disc shall be designed for maximum differential pressure across the valve as well as the
shock load due to accidental closure of the valve. Disc design shall offer minimum head loss.
Disc shall also offer minimum resistance to flow. Disc shape shall be contoured.
Valve seats shall be of a design that permits removal and replacement at site and shall be
securely clamped on the body or disc of the valve.
Seat material shall be suitable for the operating conditions and handling fluid and may be
suitably reinforced, if required.
The seat design shall permit easy removal for replacement purposes without the need for
removing the valve from the line. No deposited or welded seat rings permitted.
The valve bearings shall be of 'self-lubricated' type and shall not have any harmful effect due to
handling fluid.
Adjustable thrust bearing(s) shall be provided to hold the valve disc securely in the centre of the
valve seat.
Operator (mechanical or electrical actuator) shall be used for opening, closing, controlling or
holding the valve disc at the intermediate positions as and when required. Operator sizing shall
be done on the basis of the maximum torque requirement of the valve for seating/ unseating/
controlling/ holding the disc at the intermediate positions and the time required for valve
operation.
Irrespective of whether the valve is operated by a power actuator or not, each Sluice Valve / Gate
Valve shall be provided with a hand wheel for manual operation. The hand wheel and associated
gearing arrangement shall be designed to limit the maximum manual effort to around twenty (20)
kg for valve operation. Valves located at inaccessible position, shall be provided with extension
spindle and floor stand or hand lever/ round chain to facilitate manual operation.
Valve to be operated through gearing arrangements and/ or by power actuator, shall be provided
with adjustable mechanical stop limiting device to prevent over travel of the valve disc in ‘open’
or ‘closed’ position.

REQUIREMENT FOR VALVES


The valves shall satisfy the following requirements.
Size : As per Data-sheet
Body test pressure : As per Data-sheet
Seat pressure : As per Data-sheet
MATERIAL OF CONSTRUCTION (MOC)

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
126

Body (Pump House) : Ductile Iron - DI


Body (Field Valves) : Ductile Iron - DI
Spindle : Stainless steel SS410.
Operation (Pump House Valves) :Motorized controlling operation through Electric Actuator
(only ON / OFF operation is not acceptable)
Operation (Field Pipeline Valves) : Manual operation through a suitable gear box
Application : Raw Water
Material test certificate shall be furnished.

INSPECTION AND PERFORMANCE TESTS


Manufacturer shall conduct all tests and stage inspections required to ensure that the equipment
offered by him conform to the specification requirement.
Test certificates for all shop tests shall be furnished to Engineer-In-Charge for approval.
The Engineer-In-Charge or his Representative shall witness the tests.
The Contractor shall arrange for inspection of valves at manufacturer’s premises and shall
arrange for testing of valves for body test pressure and seat test pressure of all the valves to be
supplied in presence of Engineer-In-Charge in line with the approved Quality Assurance Plan.
Defects noted during inspection, test and operation of valves shall be rectified by the contractor
at his own cost without any extra claim to the entire satisfaction of the Engineer-In-Charge.

TESTS FOR VALVE


(a) MATERIAL TEST
Material to be used for the valve components shall be of tested quality. Chemical analysis and
mechanical tests on materials to be used shall be done as per relevant standard.
(b) NON-DESTRUCTIVE TEST
Valve body and disc shall be subjected to Non-Destructive Testing (NDT). Components
subjected to NDT and shall be stamped for identification.
(c) HYDROSTATIC TEST
Each valve body shall be subjected to hydrostatic test as specified. For valves subjected to back
pressure condition, leakage test shall be carried out on both sides of the disc.
(d) PERFORMANCE TEST

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
127

Each valve complete with operating device shall be shop operated at least three (3) times from
fully closed to fully open conditions and reverse, hold at intermediate positions under no flow
condition, to prove the workability of the assembly.
(e) TESTS AT SITE
Performance of the valves shall be tested at site at actual working condition.
CLEANING
Prior to factory inspection, all manufacturing waste such as metal chips debris and all other
foreign matter shall be removed from interior of valve. All mill scale, rust, oil, grease, chalk and
all other deleterious material shall be removed from the interior and exterior surfaces.
PAINTING
Valves shall first be given two coats of zinc base primer after completely cleaning the surface
and then it shall be coated with three coats of epoxy paint. The resulting coating shall be uniform
and smooth and shall adhere perfectly to the surface.
TECHNICAL PARTICULARS
a. Applicable standard : IS 14846-2000 / API 600/603/ BS 1414
b. Application : Raw Water
c. Liquid data : Specific Gravity 1.0 kg
d. Type : Double flanged
e. Hand wheel : Required for operation
f. Bolts & nuts : Carbon steel
g. Body test pressure : As per Data Sheet
h. Seat test pressure : As per Data Sheet
i. Connection : To be provided on pipeline in between pump
discharge and the common header
j. Flange thickness & holes : As per IS: 1538 (latest)

HANDWHEEL
A hand wheel shall be provided for emergency operation. The hand wheel drive shall be
mechanically independent of the motor drive and any gearing should be such as to permit
emergency manual operation in a reasonable time.
TESTS AND INSPECTION
All valves shall hydrostatically tested by the manufacturer before dispatch. The pressure shall be
obtained without any significant hydraulic shock. Testing shall be carried on before application

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
128

of paint or other similar treatment unless otherwise agreed between the purchaser and the
manufacturer. There shall be no air entrapped within the part of the valves subjected to test
pressure.
Valve shall be offered by vendor for visual inspection before shipment. Valves shall be tested as
per the relevant standards.
The hydrostatic testing shall be witnessed by the purchaser or his representative / TPI.
MATERIAL OF CONSTRUCTION
All sluice valves at the pump-house shall be of body Ductile Iron, Spindle SS.
All valves shall be supplied with matching companion flanges with necessary bolts, nuts and
gaskets.
NOMINAL PRESSURES
Valve shall be designated by nominal pressure (PN) defined as the maximum permissible
working pressure (MPa) at 20 deg. C temperature as under:
PN 0.25, PN 0.6, PN 1.0, PN 1.6 & PN 2.5
TEMPERATURE RATINGS
All valves shall be suitable for continuous use at their PN designation within the temperature
range of –100 c to 650 c.
BODY ENDS
Flanges shall be at right angles to the axis of the bore and concentric with the bore. Flanges shall
be drilled unless otherwise specified and bolt holes shall be off centers.
BEARINGS
The bearings shall be suitable for the maximum loads imposed during service.
MATERIALS
This standard is based on materials specified in IS unless otherwise agreed; the materials shall be
of a grade equivalent to those given in IS or superior. Other material may be used as per
agreement between the manufacturer and the purchaser.
OPERATION
All valves shall be capable of operated at a differential pressure across the wedge. Worm gear or
any other suitable type of operator can be used.
DIRECTION FOR OPERATION
Unless otherwise specified, manually operated valves shall be closed by turning hand wheel in a
clockwise direction when facing the hand wheel.
All operating device shall be provided with suitable stops to prevent movement of the shaft
beyond the limit corresponding to the fully closed position of the disc.

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
129

All operating device shall be packed with grease for life time operation. Operating device shall
be totally enclosed and weather proof for general application.
Operating device shall be self-locking type. Valve shall be capable of being locked in at any
intermediate positions.
The operating device hand-wheels shall be marked ‘CLOSE’ or ‘SHUT’ to indicate the direction
of closer. The operating device shall be provided with arrangement to indicate the valve position.
TEST CERTIFICATES
The manufacturer shall issue a test certificate confirming that the valves have been tested in
accordance with this standard and stating the actual pressures and medium used in the test.

Mode of measurement & Payment


The Item will be measured in numbers of valves with allied components as per specification are
installed.
Sluice Valves with allied components including
Laying
On Receipt of Valves at work site in good condition 60%
with necessary shop testing
On erection of valves 15%
On Completion of construction of valve chambers and 15%
corresponding same Dia MS/ DI/ DWC/ HDPE etc
Pipes and Specials size for Sluice valve
On completion of Hydraulic Testing and satisfactory 10%
trial run & commissioning

Mode of Measurement : Payment per No. of Valve

ITEM NO. 03 OF SCHEDULE B4: ( Air Valve)

Providing and fixing in position and jointing of cast steel temper proof Kinetic Double Orifice
Cast Steel Tamper Proof non- tamper Air release valve with isolating sluice valve of PN1.6
type, flanged ends high performance CI air valves for water combination type (Air release
valve non tempering type) having double ball, double orifice with stainless steel ball,
tamper proof air vents rolling seal mechanism for air release and anti-vacuum application,
having flat faced flanges and drilled to IS : 1538 / Part-IV /VI. Hydraulic tests certificate &
certificate of material of construction of parts shall be submitted before dispatch of valves.
(Rate to include cost of gaskets, bolts, nut and any other materials required for jointing and
its transportation etc. including all taxes and duties. With required accessories, erection
hardware, necessary mounting supports etc. complete, including all taxes, insurance,

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
130

transportation, freight charges, octroi,, inspection charges, loading, unloading conveyance to


site of work stacking etc. complete with Double flanged Class DI-k7/k9 pipes for raising air
valve up to 0.5 mt from crown of pips as per IS-1536 with internal & external epoxy painting
including connecting main pipe etc. complete.

1.0 SCOPE OF CONTRACT:

The contract shall be covering manufacturing, supplying and delivering of; Air valves single
ball flanged /screw type Air valve double ball flanged
Air isolated valves double ball flanged Air cushion valve with C.I. body as per item of BOQ

GENERAL

The air valve shall conform to the I.S.S. as and when published and shall be of approved
make and quality. The standard applies to air valves used for water and sewage mains. The
details given below briefly cover the requirement for materials, dimensions and test for air
valves.

2.0 CLASSIFICATION

2.1 Air valve shall be of two types

(a) Single Air valve

(b) Double Air valve

2.1.1 Single air valve shall have single small or large orifice for releasing air during pipe
filling and ventilating the pipe during emptying. Air valves up to 50 mm dia directly shall be
screwed on the main. Double air valve shall have two ball chambers, on outlet of large
capacity shall be provided for admission and release of bulk volume of air during emptying
and filling of the main, another of small outlet type for the escape of smaller quantities of
air accumulating under pressure. They shall be of flanged type.

3.0 MATERIALS

3.1 CAST IRON


Cast Iron for bodies’ pressure covers, splash covers, glands, caps, joints support rings shall
be best gray iron of selected grade, 20 of -S-210-1978 specification for grey iron castings.

1.1 GUN METAL

Gunmetal shall be of mixture of 88% copper, 10% thin 2% Zinc having excellent hard-
wearing qualities, Ball guides of small orifice units and outlet bushes of large orifice valves
shall be of gunmetal.

1.2 FOREGED BROZNE

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
131

Nipples, spindles shall be machined from rolled, extruded or forged high tensile brass or
aluminum bronze. The produce shall possess much greater strength than ordinary cast
product.

3.4 MILD STEEL

Bolts, nuts, flanges etc. shall be of mild steel unless otherwise specified and shall confirm to
I.S. 226-1975 specification for structural steel.
3.5 MATERIALS FOR BALLS

The balls shall be of rubber covered and vulcanite covered. The rubber shall have a smooth
and hard surface. It shall be as per I.S. 638-1965 specification for rubber and insertion
jointing.

3.6 FLANGE JOINTING MATERIALS

The jointing material used between the flanges of components part of the valve shall be
compressed fiberboard or rubber of thickness between 1.5 mm to 3 mm. The rubber shall
be as per I.S. 683:1965 specifications for rubber and Insertion jointing. The fiberboard shall
be impregnated with chemically natural mineral oil and shall have a smooth and hard
surface.

3.7 3.00 mtr. long vertical M.S. pipe of suitable diameter shall be provided by the agency
for any type of air valves.

4.0 DIMENSION

Dimension of the Air valves shall be as per relative item mentioned in schedule B of the
tender.

CHARACTERISTICS

5.1 Small orifice valves shall have rubber covered balls and nipples of foraged bronze or
special alloy in to brass plunge.

5.2 Large orifice valve shall have vulcanite-covered ball closing on rubber sealing
backed with leather and gunmetal outlet bushes. They shall be screwed or flanged. The
flanged shall be faces
and drilled to I.S.S.

5.3 For sewage mains, the air valves shall be actuated by mild steel floats bronze
spindles and shall be fitted with synthetic rubber seals.

5.4 Air valves shall be sound in all respect and uniformly forged so as to have uniform
bore. They shall be free from any defects such as unwanted projection, holes or roughness
and shall have inner and outer surface perfectly smooth.

6.0 COATING

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
132

6.1 Immediately after casting and before machining, all cast iron parts shall be
thoroughly cleaned and before rusting commences shall be coated by dipping in a bath
containing a composition having a tar base.

6.2 The coating shall be such that it shall not impose any test of small to water. The
coating shall be smooth glossy and sufficiently hard. It shall not chipped when scratched
lightly with the point of
penknife.

7.0 INSPECTION AND TESTING

7.1 The engineer in charge or his authorized representative shall have free access to the
works for inspection at any stage of manufacture and to reject any materials, which does
not confirm to the
specified requirements.

7.2 The manufacturer shall arrange to supply all labour and appliance for the tests if the
testing is to be done at his works. Each valve shall be subjected to the hydraulic test and
shall show to sign of leakage under these tests i.e. the balls shall function properly. The
valve shall be tested to double the maximum working pressure.

8.0 MANUFACTURERS GUARANTEE

1.0.1 The manufacturers shall guarantee that if any defects chargeable to faulty
workmanship, design or materials are found in the valves within a period of one year of
dispatch be shall replace any part that prove defective, free of charge at the place of
dispatch.

9.0 The following information shall be cast on each valve body:

(a) Manufacturer’s name or trademark.

(b) Size of valve

10.0 TENDER PRICE:

The tender price shall include all labour, material and machinery cost necessitated to be
utilized for;
a) Proper manufacturing of the valves.
b) All tests required to be undertaken at manufacturer’s premises.
c) Transportation of the valves either by Rail and/or Road services with all the covers duly
and appropriately insured.
d) Delivery of specials with proper loading, unloading, stacking at GIDC ANKLESHWAR
store as indicated by Engineer-in-charge.
e) Further towards proper discharge of all contractual obligations. The storage of all
specials to be manufactured, supplied and delivered under the scope of contracts shall be in
general be made as described in Technical specification document.

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
133

11.0 DELIVERY SCHEDULE:

The delivery schedule shall be governed by the Ex. Engineer of GIDC ANKLESHWAR

12.0 MARKING VOLUME – II

TECHNICAL SPECIFICATION GIDC Ankleshwar

The methods of marking all the valves to be delivered under scope of contract shall ensure
that all the information will remain legible even after transportation, storage in open space
etc. In general, the legible and indelible marking upon the valves shall indicate the
followings:

i) Manufactures brand name and/or trademark.


ii) Purchasers mark as “GIDC ANKLESHWAR” be inscribed.
iii) Diameter and class of valves.
iv)Any other important matter that the manufacturer or purchase or deems fit to be
inscribed.

13.0 PACKING AND HANDLING:


13.1 The materials shall always be packed separately dispatched from manufacturers
works with adequate protective measures to prevent damages deterioration while in
transport or stored at any place. The packing shall always be so neat and tidy that may
withstand any robust and rough handling.
13.2 When the materials are transported at railway risk, special packing as per IRCA rules
are absolutely necessary for which the extra cost, if any, shall be borne in total by supplier
only.

13.3 The supplier shall use proper handling instruments/equipment’s and shall follow to a
suitable method of handling pipes as may be approved by Engineer, while unloading and
stacking material in the stores.

14.0 MATERIALS AND WORKMANSHIP:

14.1 General requirements of materials and workmanship shall mean any material or
article either raw or finished one is required to be used in the manufacturing process of
tanks.
14.2 All the material shall be new and of high quality.

14.3 In case, if material is not specified by relevant ISS for manufacturing part or the whole
as item, the supplier shall prepare specifications in concurrence with manufacturer and
shall seek an approval of Engineer prior to its use in the manufacturer.

15.0 TEST CERTIFICATE:

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
134

15.1 The supplier shall always provide manufacturer’s test certificate in accordance with
every batch/lot of goods so manufactured and supplied.

15.2 The supplier shall also produce in addition to manufacturer’s test certificate as
mentioned in para 7.1 above, the inspection certificate issued by the authorized
person/agency appointed by Engineer or Board for the same purpose.

16.0 INSPECTION

This clause is applicable in general to all materials such as all types of valves, Pre-cast
chambers, other specials and materials etc. which are to be supplied by the contractor.
Inspection of materials will be carried out at factory site by Inspecting agency to be fixed
and authorized by GIDC ANKLESHWAR. The supplier on receipt of supply order from GIDC
ANKLESHWAR shall intimate inspecting agency to carry out inspection as soon as material
is ready.

The inspection call for Air valve should be given. Inspection will be carried out normally
within one weeks’ time and on receipt of such intimation the inspecting agency will inspect
the materials as per the specification and on satisfying itself, will mark the inspection
marks on all pipes and issued inspection note to the supplier and concerned consignee.
For inspection purpose the manufacture has to go in for stenciling for identifying size and
class for proper segregation. The stock of offered material shall be in a manageable batch
with adequate space like spreading the pieces etc. to permit proper inspection and
inspection authority to be present during stamping so as to ensure that only actually
cleared material is stenciled. Manufacturer does not load material after sunset to avoid
inadvertent dispatch of wrong material.

Inspection note issued by the inspection agency to supplier as well as consignee(Concerned


Executive Engineer) materials with inspection mark will be dispatched tostores stipulated
in supply order and on receipt at stores the verification will be carried out by concerned
Engineer as regards quantity and quality. Here quality means physical soundness of
materials as precaution against breakage during transit. The supplier has to submit the test
certificate as well as detailed test results carried out by inspection authority to the
consignee along with the dispatch documents of materials. The material shall be
considered as received only on receipt given by the concerned Engineer after verifying and
satisfying the above requirements.

Excavation Work :
The excavation shall be taken down to such depth and carried out to sections as per the
approved profile of excavation shown in the drawing or as directed. Extra excavation if
carried out over and above the approved profile for convenience of contractor’s labour of
machinery etc. shall not be paid for. The bottom of pipe trench shall be properly leveled or
slopped as directed. The trench must be passed by the Engineer in charge

Dewatering :
If pumping or de-watering of water is required to be done at any time during excavation,
the contractor shall arrange for such drainage by excavating channels, pumping or
otherwise and shall maintain such arrangements to the satisfaction of Engineer in charge

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
135

for such a period as may be required. The discharge of the de-watering pumps shall be
conveyed either to drains and shall not be allowed to be spread in the vicinity of the work
site. All cost of such arrangement including pumping machinery shall be borne by the
contractor and no extra payment shall be admissible for such operation unless specifically
provided in separate item in the tender.

Refilling :
This item is only to be carried out only after the air valves is commissioned & no leakage is
found in the same joint. Excavated material is to be used for refilling. Refilling on top of
pipe shall be carried out carefully with excavated stuff. The stuff shall be compacted with
watering, ramming properly.

The item shall be carried out in such a way that the pipeline already laid is not damaged.
After proper refilling the site should be clean to the satisfaction of Engineer in charge and
the farmer.

Installation :
The valve shall be lowered in to the trench carefully so that no part is damaged during
lowering operation. If necessary cast iron flanged tailpieces shall be fitted with valves
outside the trench prior to lowering the valves. The flanges of valves and tailpieces shall be
thoroughly cleaned and greased or applied with white zinc. If flange faces are not due to
contractor shall use thin lead wool fibers to correct it thoroughly cleaned and greased or
applied with white zinc. If flange faces are not due the contractor shall use thin lead wool
fibers to correct it.

The rubber packing or required size shall be inserted between flanges. After placing the
rubber packing the bolts and nuts shall be inserted and tightened evenly on all sides. Each
bolt shall be tightened a little at a time taking care to tighten diametrically opposite bolts
alternatively.

The valves shall be tightly closed when being installed in order to prevent any foreign
materials entering between the working parts of the valve. The valves shall be installed in
such a manner that its spindle shall remain in truly verticals position. The other end of
tailpiece shall fitted with pipe so that continuous line can work. Extra excavation required
to facilitate lowering and fixing of valves shall not be paid for.

Testing:
After installation the air/sluice valve shall have to tested in accordance with relevant IS
code. The joint shall withstand the test pressure of pipe line.

The air valves shall be tested during the testing of pipe line. The joints at air valve shall be
watertight. The defects noticed if any during test and operation of valves shall be rectified
by the contractor at his own cost to the entire satisfaction of the Engineer in charge

MODE OF MEASUREMENT:
Mode of measurement & payment shall be done as relevant item of BOQ on No. basis.

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
136

ITEM NO. 04 OF SCHEDULE B4:( Thrust Block)

Providing and Casting in situ C.C. grade M-20 (proportions shall be as per mix design or as
per Table 9 of IS 456 in mass by weigh batching) using granite, quartzite trap metal of size 6
mm to 20 mm for RCC work, including scaffolding, centering, formwork, needle vibrated
consolidation, curing etc. complete upto 6 meter depth or Height (Excluding cost of
reinforcement & Form work)

This Item is Comprehensive of Following Items

3.1.

3.1.1. excavation – excavation shall be made in all sort of soils & Rocks and for all leads and
lifts directed by Engineer in Charge including dewatering and Shoring-Strutting, if required.
3.1.2. PCC (1: 3: 6), RCC (M-200) Encasing including cost of Fe 415 TMT reinforcement &
Formwork etc. complete
3.1.3. Refilling including watering and compaction
3.1.4. Dispose off the extra excavated stuff and debris to any lead and lifts within project area
3.1.5. Binding Wire
3.1.6. Reinforcement Cover Precast / PVC Moulded Covers
3.1.7. Laps & Wastages loading and unloading
3.1.8. Labour
And section 3, 3.1, 3.2, 3.3, 3.4, 3.5, 3.10 (Technical Sections for Civil Works)
MODE OF MEASUREMENT AND PAYMENT
Payment shall be made on the nos. basis.

ITEM NO. 05 OF SCHEDULE B4:

Drilling of following dia. Horizontal borehole for water main pipeline crossing under the
Road/ Railway Track/ Oil/ Gas/ Utility pipeline incl. in all strata with required length incl.
fixing of following mentioned dia. & required thick. Submerged Arc Spirally welded MS
casing pipe & Thickness as per below with pushing etc. complete including Red Oxide
Painting on internal & External sides for various size of pipe of DI/ HDPE/ MS water main
crossing as per concerned authorities' requirements and specification in all strata with
required length incl. work shall be carried out as per instruction & under supervision of
engineer in charge with all material labour, fabrication, hydraulic testing of pipe etc.
complete.

General specifications:
At Roads, Railway, public highways, at such other crossings as are shown in the construction
Drawings issued by the company the pipeline shall be installed in RCC Casing Pipes Conforming
to the specifications given herein. The casing pipes shall be installed in accordance with the

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
137

details given in drawing and the casing, bushing and insulators, etc., shall be installed on the
carrier pipe as Detailed in drawings. Casing pipe size shall be as per approved by appropriate
authority to facilitate the insertion of the water supply pipe without disturbing the casing pipe
and to provide adequate drainage, Casing shall be installed with even Bearing throughout its
length and shall slope towards one end, as specified or desired by the engineer-in-charge. The
ends of the casing shall be sealed to outside of carrier pipe in accordance with the details given
in drawing. Before installation, holes for installing vent pipes shall be cut and burrs if any shall
be removed. The joining of both carrier pipe and casing pipe shall be done in Accordance with
the specifications, given herein. Before installing the casing Pipe, it should be cleaned of all
internal obstructions and during installation care should be taken to keep the inside clean. The
section of carrier pipe to be placed in any casing shall be closed at each end, hydrostatically
tested preferably with dead weight tested for at least two hours. Only on successful completion
of this test, shall the carrier pipe section be inserted in the casing pipe. The installation of casing
may open cut as circumstances may permit or require as directed by the engineer-in-charge.
The installation of casing in bended section of the carrier pipe shall be performed by miter
bends of the casing pipe provided that the length of each meter cut out of casing pipe shall be
such as to provide a clearance of at least 1-1/2" between the inside of the casing pipe and the
outside of the coated carrier pipe. Excavation for casing installation done if any shall be
immediately backfilled at the completion of the work with suitable solid matter and packed
thoroughly to prevent seepage of water into the excavation.
Road, railways and irrigation canal crossings:
At, and Road , Railway ,& canal crossings the work shall be performed to the specifications Of
local authorities or such public bodies as may be in charge (S) of Roads, Railway and Canals to
be crossed. In case, however the minimum requirements of the governing agencies are less
than Those set out in the drawing or the specifications given herein, then the Requirements
given in the drawings and the specifications given for encased line Shall be followed. Whereas
the casing pipe in the case of encased line to be laid normal by boring, tunnelling, engineer-in-
charge may at his discretion permit open-cuts to be made for the installation of casing
provided, however, that the TENDERER shall procure the necessary permit / license for the
same from competent authority. At locations wherein the open cut methods are permitted, the
TENDERER shall pass the carrier pipe through the casing located in the trench after the approval
of the engineer in charge in writing and care shall be exercised to avoid damage to pipe coating
and wrapping during this operation. The TENDERER shall produce a certificate in writing from
concerned authorities for its satisfactory restoration and payment therefore. At all crossings the
carrier pipe shall be laid straight without bends so that if Necessary the pipe at a later dates
may be replaced without cutting the casing. The Carried pipe shall extend at least 2 meters
beyond the end of casing pipe at either End. At Road crossings the TENDERER shall eliminate
unnecessary bending of pipe to Conform to the contour of ground by gradually deepening the
ditch at such Approaches as directed by the engineer – in - charge. Where the installation of the
Casing has been made by open cut TENDERER shall install suitable
Temporary bridge Work ensuring the safety of the traffic aids and safeguards for protection of

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
138

the Public safety, or he shall provide suitable diversions as desired by the engineer in Charge. At
all Roads, Railway pipeline crossings shall be bored with horizontal boring machine. The method
of carrying out a cased crossing by boring for various crossings on this Pipeline route shall be
jointly inspected by the representative of the COMPANY and TENDERER for each category of
work prior to commencement of actual work. Pipeline under Road track and irrigation canal an
applicable portion of the right of way shall be encased in accordance with the specification. This
item of work shall include, necessary clearing and grading required therefore, trenching to the
depths and widths required, welding of casing and carrier pipes, testing, lowering in,
Installation of vent assembles, end seals, insulator and all other fittings that may be Required,
backfilling, clean up, complete restoration to the original condition and Further strengthening
and protective works as may be required. The work shall be carried out in accordance with the
drawings and as directed by the engineer-in-Charge. For various operations mentioned above,
the specifications pertaining to these operations shall apply in addition to the specifications
given herein. The TENDERER shall be permitted to use William Sons type Neoprene seals in
place of concrete end seals for the crossings. The item shall be procured by the TENDERER
Himself as per the provisions under the appropriate head of work in case TENDERER so desires.
The representative of the COMPANY may also be associated to determine the quality of the
material and its delivery schedule from the open market. However, the particular work defined
under the proper head shall not be delayed on account Of non-availability of Neoprene end
seals and/ or any other materials. In such case, concrete seals may be provided. On both ends
of pushing concrete supports are to be provided as per direction of Engineer in charge.

Measurement and Payment:


The items of the work shall be measured and paid on the running meter basis but for crossing
completed in all respects including all materials, labours, jointing materials, tools,
transportation, taxes and other including items for completion of work after receiving no due
certificate from concern Road / Railway or any other concerned authorities.

ITEM NO. 06 OF SCHEDULE B4:( DI-K7 Pipes)

Providing & supplying DI Pipes for following nominal bore diameter with internal cement
mortar lining all Taxes, Insurance, Transportation, Freight Charges, Octroi, Inspection
Charges, Loading, Unloading, Conveyance to Department's Stores, Stacking, Including
Providing, Supplying of Specials & accessories & also including Laying and Joining of DI Pipes
& Specials & accessories etc. complete (IS 8239-2000 and its latest amendments. Rate for DI
Pipes based on Wholesale Price Index of Pig Iron as 102.4 for the month of July-2020
including Lowering, Laying, Jointing the DI Pipes & specials etc complete for Teton joints in
proper position, grade and alignment as directed by Engineer in charge including Excavation
for pipe trench incl. all safety provisions using site rails and stacking excavated stuff up to
any lead & lift directed by Engineer in Charge, Cleaning the site etc. complete for all strata,
with selected excavated earth bedding of 200 mm thickness in trenches& Refilling the

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
139

Pipeline trenches incl. ramming, watering, consolidating, deposal of surplus stuff as directed
within Project area, including hydro testing etc complete as per approved design and
drawing by Engineer in Charge or his Authorized Representative/s.
For Following Nominal Diameter DI-K7 Pipes.

Providing, supplying DI K-9/ K-7 grade pipes with internal cement mortar lining including all
taxes, insurance, freight, charges, Octroi, inspection charges, loading, unloading, Transportation
to sites of work etc. complete (IS 8329/2000) and Lowering, laying and jointing D.I. K-9/ K-7
pipes with specials of following diameters in proper position, grade and alignment as directed by
Engineer-in-charge including transportation to site of work, labour, giving hydraulic testing as
per ISI code, etc. complete. This item includes:

1. Providing sand or Murrum bedding ( Minimum thickness: 15 cm)


2. Refilling the pipeline trenches including disposal of surplus stuff as directed within a
radius of 272.72 mt.
3. Including job connection with existing line (if required)

[A] DUCTILE IRON PIPES:


 Note: Wherever International Standards or Indian standards / specifications are
mentioned, their equivalent or higher standards / specifications are also acceptable
Supply and Delivery of Ductile Iron Pipe as per IS:8329-2000 or its latest revision or
amendments if any including jointing material as EPDM ring as per IS 5382-1985 and ISO:
4633-1996 or its latest revision or amendments if any Standards
The following standards, specifications and codes are part of this specification. In all cases, the
latest revision of the including all applicable official amendments and revisions shall be referred
to. In case of discrepancy between this specification and those referred to herein, this
specification shall govern.
1) ISO: 10803-1997 Design method for ductile iron pipes
2) IS:8329-2000 Centrifugally Cast (spun) ductile iron pressure pipes for water, gas and
sewage
3) ISO:2531-1991 Ductile iron pipes, fittings and accessories for pressure pipelines.
4) ISO:4179-1985 Ductile iron pipes for pressure and non-pressure-Centrifugal cement
mortar lining – General requirements.
5) IS:8112 Specification for 43 Grade ordinary Portland cement.
6) BS:3416 Bitumen based coatings for cold application, suitable for use in contact with
potable water.
7) ISO:8179-1995 Ductile iron pipes-External coating-Part-1 Metallic Zinc with finishing
layer.
8) IS:638 Sheet rubber jointing and rubber insertion jointing.
9) ISO:4633-1996 Rubber seals-Joint rings.
10) IS:5382-1985 Specification for Rubber sealing rings for gas mains, water mains and
sewers.
11) AWWA C600 Installation of ductile iron water mains and their appurtenances.

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
140

1.0 Internal Diameter:


The nominal values of the internal diameters of pipe, expressed in millimeters are
approximately equal to the number indicating their nominal sizes DN.
2.0 Length:
The working length of socket and spigot pipes shall be 5 m ,5.5 m, or 6 meters.
3.0 Thickness:
The wall thickness of pipe 'e' in mm shall be calculated as a function of the nominal
diameter by the following equation with minimum of 5 mm
e = K(0.5 + 0.001 DN)
where : e = wall thickness in mm, DN = the nominal diameter, K = the whole number
coefficient
4.0 EPDM Rubber Gasket:
Rubber Gasket shall be suitably for Push-on-Joint.
The spigot ends shall be suitably chamfered or rounded off to facilitate smooth entry of
pipe in the socket fitted with the rubber gasket
Rubber Gasket shall confirm to IS 5382-1985 and ISO : 4633-1996 its latest revision or
amendments if any
5.0 Sampling Criteria:
Sampling criteria for various tests, unless specified in IS 8329-2000, shall be as laid
down in IS 11606. Mechanical test, Brinell Hardness test, Hydrostatic test etc are shall
be as per IS 8329-2000
6.0 Tolerances on External Diameter:
The nominal external diameter (DE) of the spigot end of socket and spigot pipes and
when measured circumferentially using a diameter tape shall confirm to the
requirements specified as follow. The positive tolerance is +1 mm and applies to all
thickness classes of pipes. The maximum negative tolerance of the external diameter
are specified as follow:
DN Nominal Positive Tolerance Negative Tolerance
80 98 +1 -2.2
100 118 +1 -2.8
125 144 +1 -2.8
150 170 +1 -2.9
200 222 +1 -3.0
250 274 +1 -3.1
272.72 326 +1 -3.3
350 378 +1 -3.4
400 429 +1 -3.5
450 480 +1 -3.6
272.72 532 +1 -3.8
600 635 +1 -4.0

7.0 Tolerance on Ovality:


Pipes shall be as far as possible circular internally and externally. The tolerance for out-
or-roundness of the socket and spigot ends is given below:

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
141

Nominal Diameter in mm Allowable Difference Between Minor


Axis and DE in mm
80 to 272.72 1.0
350 to 600 1.75
700 2.0
750 to 800 2.4
900 to 1000 3.5

8.0 Tolerance in thickness


The tolerance on wall thickness (e) and the flange thickness (b) of the pipes shall be as
below:

Dimensions Tolerance in mm
Wall thickness (e) - (1.3 + 0.001 DN )1)
Flange thickness (b) + (2+0.05b) & - (2+0.05b)

9.0 Coating
Pipe shall be delivered internally and externally coated.
External Coating: Pipe shall be metallic zinc coated and after that it shall be given a
finishing layer of bituminous paint as per IS - 8329-2000
Zinc coating shall comply with IS:8329/EN 545/ ISO 8179. Only molten zinc spray
coating shall be acceptable. The average mass of sprayed metal shall not be less than
130 g/sqm with a local minimum of 110 g/sqm.
Bitumen overcoat shall be of normal thickness of 70 microns unless otherwise specified.
It shall be a cold applied compound complying with the requirements of BS 3416 Type II
suitable for tropical climates factory applied preferably through an automatic process.
Damaged areas of coating shall be repainted on site after removing any remaining loose
coating and wire brushing any rusted areas of pipe.

Internal lining: Internally pipe shall be Portland Cement mortar lined (as per IS - 8329-
2000). The mortar shall contain by mass at least one part of cement to 3.5 part of sand.
All pipes and fittings shall be internally lined with cement mortar using high speed
centrifugal process in accordance with IWO 4179/IS 8329. Cement mortar lining shall be
applied at the pipe manufacturing shop in conformity with the aforesaid standards. No
admixtures n the mortar shall be used without the approval of the Engineer. The sand to
cement proportion of sand if justified by the sieve analysis.
Pipe lining shall be inspected on site and any damage or defective areas shall be made
good to the satisfaction of the Engineer.

Lining shall be uniform in thickness all along the pipe. The minimum thickness of factory
applied cement mortar lining shall be as per IS: 8329 Annex-B or ISO 4179. This is given
below.
Nominal Pipe Size (mm) Nominal lining thickness (mm)
Up to 272.72 3
350-600 5

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
142

700-1200 6
1400-2000 9

10.0 Joint
Jointing of DI pipes and fittings shall be push-on type Push-on-joints
The Contractor shall source the push-on-joint gaskets only from the pipe manufactures.
In turn the pipe manufacturer shall supply at least 10% additional quantity of gaskets
over and above the requirement to the Contractor at no extra cost.
The gasket used for joints shall be suitable for natural and purified water conveyance. In
jointing DI pipes and fittings, the Contractor shall take into account the manufacturer’s
recommendations as to the methods and equipments to be used in assembling the
joints. In particular the Contractor shall ensure that the spigot end of the pipe to be
jointed is smooth and has been properly chamfered, so that once the rubber ring is
correctly positioned before the joint is made, does not get damaged by friction or sharp
edges of the spigot Chamfer. The rubber rings and the recommend lubricant shall be
obtained only through the pipe manufacturer.
Rubber ring bundles form every lot shall carry with them manufacturers test certificate
for the following mechanical properties.
1. Hardness
2. Tensile strength
3. Compression set
4. Accelerated again test
5. Water absorption test
6. Stress relaxation test
Rubber rings shall be clearly labeled in bundles to indicate the type of ring, the type of
joint, the size of the pipe with which they are to be used, the manufacturer’s name and
trade mark, the month and year of manufacture and the shelf life.

11.0 Testing of Pipe:


The main test among others to be conducted shall be as per IS:8329-2000 or with its
latest revision/amendments.
[a] Mechanical Tests
Mechanical tests shall be carried out during manufacture of pipes as specified in the
Standards. The frequency and sampling of tests for each batch of pipes shall be in
accordance with IS 11606-1986. The test results so obtained for all the pipes and fittings
of different sizes shall be submitted to Engineer. The method for tensile tests and the
minimum tensile strength requirement for pipes and fittings shall be as per IS;8329/EN
545 for pipes and IS:9523/EN 545 for fittings.
[b] Brinell Hardness Test
For checking the Brinell hardness the test shall be carried out on the test ring or bars cut
form the pipes used for the ring test and tensile test in accordance with IS:1272.72. The
test shall comply with the requirements specified in IS:1272.72/ISO 6506.
[c] Re-tests
If any test piece representing a lot fails in the first instance, two additional tests shall be
made on test pieces selected from two other pipes from the same lot. If both the test
results satisfy the specified requirements the lot shall be accepted. Should either of
these additional test pieces fall to pass the test, the lot shall be liable for rejection.
[d] For hydrostatic test at works, the pipes and fittings shall be kept under test pressure
as specified in the standard for a period of minimum 15 seconds during which the pipes

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
143

shall be struck moderately with a 700 g hammer for conformation of satisfactory sound.
They shall withstand the pressure test without showing any leakage, sweating or other
defect of any kind. The hydrostatic test shall be conducted before surface coating and
lining.

12.0 Quality Assurance The manufacturer shall have a laid down Quality Assurance Plan for
the manufacture of the products offered which shall be submitted along with the tenders.

Mode of Payment-The payment of item shall be made on the basis of actual measurement /
length of laid pipeline inclusive of specials.

ITEM NO.01 OF SCHEDULE B5:


Drilling of pilot bore hole in all strata by mud flush DR rig 300 mm diameter with lowering of
pipes, including jointing, welding etc. labour of cement slurry, sand and gravel packing and
development of bore with air compressor of required capacity vertically etc. complete bore
shall stand up un-ceased at least 71 hours complete. (pilot 250mm drilling)

The drilling shall be done by mud flush direct circulation rotary rig with hydraulic movements
fitted with heavy duty reciprocating mud pump. The contractor shall have to drill 3.0 meters
extra depth below the bottom of casing pipe without any extra cost.
All tools and equipment required for drilling operation should be brought to site of work by
contractor at his own cost. Arrangement of fresh potable (i.e. not higher than 2000PPM) water
for drilling operation should be done by contractor at his own cost in un-avoidable
circumstances drilling water of salinity higher than 2000 PPM may be considered after obtaining
the permission of Engineer in charge.
The drilling agency has to collect and furnish following information.
Samples of drilled cuttings from different strata shall be collected at suitable intervals preferably
at every 2 meters depth drilled and across intervals if a change in the strata is met with the
opinion of the Executive Engineer or his agent shall be binding to the contractor. The samples
should be washed properly as the drilling is in progress. An accurate drilling time log shall be
kept indicating the time taken for drilling every two meters. This log will enable interpretation
regarding the nature of formation (hard, soft, un-consolidated etc) which has bearing on the
water yielding capacity of the formation.

ELECTROLOGGING TEST:-
The contractor should inform well in advance to Engineer in charge for the above test after
completion of 300mm diameter pilot bore hole. In no case logging test in pilot bore hole
exceeding 300mm diameter size shall be carried out. The logging electrode must reach at
specified depth of bore hole as stated in the schedule. Otherwise second time logging test
should be carried out. The charge for second time logging shall be borne by the contractor.
In case of drilling area having sticky / plastic clay strata where contractor has drilled pilot bore of
300m diameter R. R. Bit for successful logging. Even if the logging is not possible in 300mm
diameter because of expanding nature of clay, the agency is not required to pay the re-logging
charges.
Mode of Payment: The rate for payment shall be per meter depth of drilling.

ITEM NO.02 OF SCHEDULE B5:

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
144

Reaming of 250/300 mm diameter pilot bore including assembling, lowering, housing,


casing strainer pipes with gravel packing, clay packing etc. (550 mm diameter).

Reaming 300mm diameter bore hole to 550 / 600mm diameter bore hole up to desired depth as
specified in Schedule – B in all alluvial strata including soft and hard rock by using best quality
of bentonite powder. The drilling shall be done by mud flush direct rotary Ring including
lowering, jointing of ERW / MS pipes strainer pipes etc. during welding alignment of pipe should
be checked with sprit level. Carting of pipes to site including welding, jointing etc. complete as
directed by Engineer in charge for specified depth and as per pipe assembly given is to be done
by the contractor.
In case, Cement sealing is proposed below the total depth of housing, then the upper reaming
shall be continued up to the upper limit of cement sealing. The lowering of pipe assembly at
required depth of 3meters more reaming should be carried out beyond the full depth of pipe
assembly to ensure the safe lowering against any cutting remaining in the bore hole. No
payment will be made for this 3 meters extra drilling.
The pipe assembly (as per the size of tube well) suggested by hydrologist should be lowered as
per instruction of Engineer in charge and pipe lowering work shall be started by mutual
understanding with in charge Deputy Executive Engineer. Contractor should ensure that each
joint of pipe assembly perfectly welded.
The required suggested size of casing, case type trapezoidal strainer pipes etc. shall be brought
by contractor as per pipe assembly. The pipes should be lowered in a vertical position
necessary steel bedded Plates should brought by contractor. No extra cost for welding rods.
There should not be air gap left so that there is no chance of water leakage from outside of pipe
assembly throughout welding joints in housing length of pipe assembly. Welding of each joint
has to be done initially by 8 SWG welding rod followed by removal of extra slag / flux there after
second line of welding shall be carried out to ensure perfect welding joint, welding rod shall be
of reputed make.
If the bore is required to be drilled more than specified depth the contractor shall be bound to
carry out such additional works including drilling jointing and lowering casing and strainer pipes
etc. as may be necessary. The relevant specifications regarding drilling, lowering, jointing,
welding of pipes and strata samples etc. shall also be completed.
The gravel packing around housing, casing and strainer pipes shall have to be carried out by
the contractor.
Before gravel packing is started, it should be ensured that the thickness of mud plaster is
reduced to minimum and perfect back washing should be carried out.
The tube well should be gravel packed with at least minimum calculated quantity. The gravel
packing operation shall be continued till filter is constructed around the slotted pipe or screen,
so as to ensure that no sand flows in the tube well under normal operational conditions of the
tube well. After gravel packing no mud slurry should remain at bottom and it should be cleaned
by fresh water.
Record of quantity of gravel packed in the bore should be kept by contractor and should be
supplied along with strata chart.
Extra quantity of gravel should be used, if required, during development of the bore. Clay
packing (if required) should be done by the contractor by providing sticky clay balls only as
desired by Engineer in charge during or after developing the bore with Air compressor etc.

Mode of Payment: Payment shall be made on Rmt. Basis.

ITEM NO.03 OF SCHEDULE B5:

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
145

Manufacture Supply and delivery of ISI marked ERW M.S pipes conforming to IS 4270/2001
with latest amendment rates are exclusive of GST (b) 250 mm dia ( Min.7.10 mm thickness)

The pipes to be used shall be of (250mm diameter) leak proof rust less E.R.W. blank pipe of
approved quality and even texture. The pipe shall be conforming to IS3589/1981. The pipes
shall be stacked on site as instruction of Engineer in charge. The pipes shall be got approved by
Executive Engineer before bringing on site.

Anti-corrosive painting shall be done by contractor at his own cost. The measurement shall be
paid on Rmt. basis. Before lowering the pipes complete collection of materials shall be done and
got checked by Engineer in charge. Cost also includes the providing 250mm diameter. Bore
reducers. The thickness pipes shall be 7.1mm thickness and internal diameter of pipe shall be
or 250mm diameter. The pipe shall be used as per IS/4270/1992.
The pipes shall be of approved make of Asian, Tulu & Jindal only.
Mode of Payment :Payment shall be made on Rmt. Basis.

ITEM NO.04 OF SCHEDULE B5:


Steel bent plate suitable to 250mm diameter ERW pipes etc. size 200 X 150 X 6 mm etc.
complete.

Steel bent plate suitable for 250 mm diameter well welded with pipes. Every joint shall be
provided with Nos. steel bent plate. The whole work shall be carried out as per instruction given
by engineer-in-charge or his authorized agent.

Mode of Payment : The payment shall be made on No. basis.

ITEM NO.05 OF SCHEDULE B5:


Supplying of Gravel selected size 4mm to 6 mm size OR as suggested by Geo hydrologist after
Electro logging test at site of work etc. complete.

Providing of gravel of selected size 4mm to 6mm hard, well rounded uniform particles etc.
complete.
The sample of gravel, shall be got approved from the Engineer in charge before using.
Mode of Payment : The payment shall be made on Cum. Basis.

ITEM NO.06 OF SCHEDULE B5:


Manufacture, supply and delivery of cage type Trapezoidal shape ('V') wire or as per electro
logical test wound low carbon, Galvanized screen pipe and Stainless Steel Screen pipes,
confirming IS: 8110 or .as suggested by Geo hydrologist after Electro logical test Rates are
exclusive of GST.

The pipes to be used shall be of (250mm diameter) leak proof rust less ERW Slotted pipes of
approved quality and even texture. The pipe shall be conforming to IS-8110/2000. The pipes
shall be stacked on site as instruction of Engineer in charge. The pipes shall be got approved by
Executive Engineer before bringing on site.

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
146

Anti-corrosive painting shall be done by contractor at his own cost. The measurement shall be
paid on Rmt. basis. Before lowering the pipes complete collection of materials shall be done and
got checked by Engineer in charge. Cost also includes the providing 300mm diameter. Bore
reducers. The thickness pipes shall be 7.1mm thickness and internal diameter of pipe shall be
or 300mm diameter. The pipe shall be used as per IS/4270/1992 & / or IS-8110/2000
The pipes shall be of approved make of Asian, Tulu & Jindal only.
Mode of Payment : Payment shall be made on Rmt. Basis.

ITEM NO.07 OF SCHEDULE B5:


Supply of Clamps made from M.S. plate with three holes on either sides with bolts and nuts
and washers of standard and approved make size 900mm X 100mm X 16 mm flat suitable for
250 mm diameter pipes etc. complete.

Heavy duty clamps of 900 x 100mm x 16mm shall be provided with nuts & bolts. It shall be got
approved from the Engineer in charge of work before using.
Mode of Payment : The payment shall be made on pair basis.

ITEM NO.08 OF SCHEDULE B5:


Supply of M.S. Bail plug having length of 0.45 m from medium class pipe suitable for 250 mm
diameter pipes etc. complete.

The E.R.W. pipe of 250 mm diameter having length of 3.0 meters should be welded with bail
plug having a length of 0.45meter.
Mode of Payment : The payment shall be made on No. basis.

ITEM NO.09 OF SCHEDULE B5:


Bore plug having 100 mm height made from MS plate with 3 holes at equal distance on
circumference for nut -bolts type locking arrangement with nut-bolts & lock nuts of std
make complete. From 5 mm thick M.S plate ( for top also) suitable for 250 mm dia pipe.

Bore plug having 100 mm diameter made from M.S. plate 5mm thick with 3 equal distance hole.
Mode of Payment : The payment shall be made on No. basis.

ITEM NO.10 OF SCHEDULE B5:


Supply of Clay balls size of 25mm to 50 mm diameter made from sticky clay etc. complete.

Clay balls of required quantity should be supply at site of work by the contractor before the pipe
lowering work is started. The clay balls should be prepared from sticky clay only. The size of
clay balls should be packed as suggested in assembly given by the Engineer in charge or his
agent.
Mode of Payment : Payment shall be made on cum. Basis.

ITEM NO.11 OF SCHEDULE B5:

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
147

Development of each water bearing zone coming across up to the depth of bore well ( tube
well ) of by lowering 100 mm diameter drop line and 32 mm diameter G.I. air line for each
zone with suitable capacity Air Compressor up to availability of sand free discharges etc.
complete.

The work shall be carry out as per Government rules and regulation & as directed by Engineer
In charge
Mode of Payment : The payment shall be made on job work basis.

ITEM NO.12 OF SCHEDULE B5:


Electro logging of bore as directed by the Engineer - in - charge etc. complete.
Before the assembly and lowering of pipe Electro-logging shall be done by electro-logger and
on the basis of result received strainer shall be provided in sweet water requirement. The works
shall be carried out to entire satisfaction of Engineer in charge and no extra payment shall be
made on carting charges assembly of the strainer and clock housing shall be done in the above
results.
HANDING OVER THE TUBE WELL:-
The housing pipe should be closed by a bore cap. The contractor has to clean the drilling site
filling the mud pump by clay. The following information should be furnished by the drilling
agency on completion of the tube well.
Strata chart of the tube well including the different types of soil met with as per dig hole in three
sets.
Samples of strata collected should be actually packed and carried marked in sample bags.
Chart of actual assembly lowered indicating the slice of the pipes, depth range where housing,
strainer pipe casing have been used, depth of bore different hole with diameter and total depth.
Position of every joint in the assembly lowered.
Hours of development of carried out by Air Compressor.
Static water level and pumping water level.
Dates of each function started and completed.
Above details should be furnished with duly signed by Engineer.
Mode of Payment : Payment shall be made for completed job.

ITEM NO.13 OF SCHEDULE B5:


Charges of Air Compressor capacity of 1100CFM 300PSI (Double)etc. complete for 6.00 hours
job etc. complete.

Initial development should be carried out by means of compressed Air within one week after
completion of gravel packing / cement sealing. Air Compressor to be used should be of
minimum capacity as stated in Schedule – B and drop line should be used for development of
zones of the bore.
Compressor test shall be carried out as per following procedure. Contractor has to cart all the
required materials machinery and accessories like education / drop line, Airline, required
capacity compressor and accessories required to lower airline, education line, drop line etc. at
site of work at his own risk and cost. No carting charge shall be for handling such machinery
materials and accessories.

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
148

Contractor has to carry out compressor test in each zone by lowering airline in to drop line
lowered in each zone by keeping lower end of drop line in each zone till sand free discharge is
obtained. Thus after cleaning of the first zone the contractor has to carry out compressor test of
this zone till sand free discharge is obtained by this way the contractor has to carryout cleaning
and development of each separate zone sequentially.
The entire work is to be carried out under strict supervision of concerned Engineer in charge
and after completion of work the contractor has to obtain the necessary certificate for
satisfactory completion of work from him.
To carry out the work shown in Paragraph – (2) the contractor has to pull out the air line fist and
then the drop line for each zone. By this way the contractor has to clean all the water bearing
zones, sequentially, cleaning and development of bore, carried out by this way shall be treated
as one full job and payment shall be for complete job.
The test will be carried out as under:-
Up to the depth of 150 meters 300 CFM / 150 PSI capacity of compressor may be used with
drop line if required by the department, drop line shall have to be used. The compressor shall be
used for minimum 6 hours or till sand free dis charge is obtained whichever is later.
For the depth above 150 meters 1100 CFM / 300 PSI capacity of compressor should be used
with drop line for minimum 6 hours or till sand free discharge is obtained whichever is later.
Mode of Payment :Payment shall be made for completed job.

ITEM NO.14 OF SCHEDULE B5:


Pumping test of the tube well by 70.00 H.P. submersible pump test with D.G. set for 72 hours
etc. complete.

Fixing 70 H. P. submersible pump with column pipes, cables & required all accessories like
clamps, nuts, bolts, etc. complete. Pump shall be tested with running 72 hours through with D.
G. set or necessary electricity power for developing of bore.
In short all necessary equipments shall be made by agency.
Work shall be carried out as per instruction and to the satisfaction of Engineer in charge.
Mode of Payment :Payment shall be made on job work of work done for first 24 hours. For
additional hours shall be per hour.

ITEM NO.15 OF SCHEDULE B5:


Supplying of portland cement at store or site of work including all taxes, loading, unloading,
carting insurance etc. completed.(laying should be done as per logging report)

Ordinary ISI mark Portland cement minimum 53 grade shall be provided by the contractor as
per the requirement. The cement should be fresh and free moistures and foreign particles. It
should be well packed in bag dully stitched.
Mode of Payment : The Payment shall be made on M.T. basis.

ITEM NO.16 OF SCHEDULE B5:


Cement Sealing by means of mud pumps without cost of Cement etc. Completed(Sealing
should be done as per logging Report)

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
149

Cement sealing should be carried out by the help of mud pump and air line at specified depth
given in the pipe assembly suggested by the Engineer in charge. The work should be carried
out as per the instruction of Engineer in charge.
Mode of Payment : The payment shall be made on job work basis.

ITEM NO.01 OF SCHEDULE B6:


Excavation for foundation up to 1.5 m depth incl. sorting out & stacking of useful material
incl. dressing of sides & ramming of bottom incl. sorting, pumping out water if required with
all required lead & lift etc. complete.

1. SCOPE :
This specification covers the general requirements of earthwork in excavation in different
materials, site grading, filling in areas as shown in drawing, filling back around foundations and
in plinths, conveyance and disposal of surplus soils or stacking them properly as shown on the
drawings and as directed by the Engineer and all operations covered within the intent and
purpose of this specification.

The excavation shall be carried out per C1-1 Mode of measurement and payment. The payment
for this item shall be made at the unit contract rate per cubic meter for the quantity excavated,
limited to the dimension shown in the drawings or as directed by the Engineer in charge as
specified in I S 1200 Part-1 of 1974.

2. APPLICABLE CODES:
The following Indian Standard Codes, unless otherwise specified herein, shall be applicable. In
all cases, the latest revision of the codes shall be referred to.
1. IS: 1200 - Method of measurement of building and Civil engineering works.
(Part 1) Part 1 Earthwork
(Part 27) Part 27 Earthwork done by mechanical Appliances.
2. IS : 3764-1992 - Excavation work-code of safety
3. IS : 2720 - Methods of test for soils
(Part 1)-1973 - Part 1 Preparation of dry soil samples for various tests.
(Part 2)-1986 - Part 2 Determination of water content
(Part 4) - Part 4 Grain size analysis
(Part 5) -Part 5 Determination of liquid and plastic Limit
(Part 7) - Part 7 Determination of water content dry density relation using light
compaction.
(Part 9) - Part 9 Determination of dry density moisture content relation by constant
Weight of soil method.
(Part 14) - Part 14 Determination of density index (Relative density) of cohesion less
soils.
(Part 28) - Part 28 Determination of dry density of soils in place, by the sand
replacement method.
(Part 33) - Part 33 Determination of the density in place by the ring and water
replacement method.
(Part 34) - Part 34 Determination of density of soil in place by rubber balloon method.
(Part 38 - Part 38 Compaction control test (Hilf Method).

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
150

3 DRAWINGS:
The Engineer will furnish drawings wherever, in his opinion, such drawings are required to
show areas to be excavated/filled grade level, sequence of priorities etc. The Contractor shall
follow strictly such drawings.

4 GENERAL :
4.1 The Contractor shall furnish all tools, plants, instruments, qualified supervisory personnel,
labour, materials any temporary works, consumables, any and everything necessary, whether
or not such items are specifically stated herein for completion of the job in accordance with the
specification requirements.

4.2 The contractor shall carry out the survey of the site before excavation and set properly all
lines and establish levels for various works such as earthwork in excavation for grading,
basement, foundations, plinth filling, roads, drains, cable trenches, pipelines etc. Such survey
shall be carried out by taking accurate cross sections of the area perpendicular to established
reference/grid lines at 15 m. intervals or nearer as determined by the Engineer based on
ground profile. These shall be checked by the Engineer and thereafter properly recorded.

4.3 The excavation shall be done to correct lines and levels. This shall also include, where
required, proper shoring to maintain excavations and also the furnishing, erecting and
maintaining of substantial barricades around excavated areas and warning lamps at night for
ensuring safety.
4.4 The rates quoted shall also include for dumping of excavated materials in regular heaps,
buds, riprap with regular slopes as directed by the Engineer, within the lead specified and
levelling the same so as to provide natural drainage. Rock / soil excavated shall be stacked
properly as directed by the Engineer. As a rule, all softer material shall be laid along the center
of heaps, the harder and more weather resisting materials forming the casing on the sides and
the top. Rock shall be stacked separately.
4.5 The topsoil shall be stock piled for later re-use.

5. CLEARING :
5.1 The area to be excavated filled shall be cleared of fences, trees, plants, logs, stumps, bush,
vegetation, rubbish, slush, etc. and other objectionable matter. If any roots or stumps of trees
are met during excavation, they shall also be removed. The material so removed shall be burnt
or disposed of as directed by the Engineer. Where earth fill is intended, the area shall be
stripped of all loose / soft patches, top soil containing objectionable matter / materials before
fill commences.
6. PRECIOUS OBJECTS, RELICS, OBJECTS OF ANTIQUTTY, ETC.
6.1 All gold, silver, oil, minerals, archaeological and other findings of importance, trees cut or
other materials of any description and all precious stones, coins, treasures, relics, antiquities
and other similar things which may be found in or upon the site shall be the property of the
Owner and the Contractor shall duly preserve the same to the satisfaction of the Owner and
from time to time deliver the same to such person or persons as the Owner may from time to
time authorize or appoint to receive the same.

7. CLASSIFICATION :

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
151

7.1 All materials to be excavated shall be classified by the Engineer, into one of the following
classes and shall be paid for at the rate tendered for that particular class of material. No
distinction shall be made whether the material is dry, moist or wet. The decision of the
Engineer regarding the classification of the material shall be final and binding on the Contractor
and not be a subject matter of any appeal or arbitration.

7.2 Any earthwork will be classified under any of the following categories :

(A) Ordinary and Hard Soils


These shall include all kinds of soils containing kankar, sand, silt, murrum and/or shingle, gravel,
clay, loam, peat, ash, shale, etc., which can generally be excavated by spade, pick axes and
shovel, and which is not classified under “Soft and Decomposed Rock” and “Hard Rock” defined
below. This shall also include embedded rock boulders not longer than 1 metre in any one
direction and not more than 200 mm in any one of the other two directions.
(b) Soft and Decomposed Rock
This shall include rock, boulders, slag, chalk, slate, hard micaschist, laterite and all other
materials which in the opinion of Engineer is rock, but does not need blasting and could be
removed with picks, hammer, crow bars, wedges, and pneumatic breaking equipment. The
mere fact that the Contractor resorts to blasting for reasons of his own, shall not qualify for
classification under ‘Hard Rock’. This shall also include excavation in macadam and tarred roads
and pavements. This shall also include rock boulders not longer than 1 meter in any direction
and not more than 500 mm in any one of the other two directions. Masonry to be dismantled
will also be measured under this item.
( c ) Hard Rock
This shall include all rock occurring in large continuous masses which cannot be removed except
by blasting for loosening it. Harder varieties of rock with or without veins and secondary
minerals which, in the opinion of the Engineer require blasting shall be considered as hard rock.
Boulders of rock occurring in such sizes and not classified under (a) and (b) above shall also be
classified as hard rock. Concrete work both reinforced and unreinforced to be dismantled will
be measured under this item, unless a separate provision is made in the Schedule of Quantities.
8. EXCAVATION:
8.1 All excavation work shall be carried out by mechanical equipment unless, in the opinion of
the Engineer, the work involved and time schedule permit manual work.
8.2 Excavation for permanent work shall be taken out to such widths, lengths, depths and
profiles as are shown on the drawings or such other lines and grades as may be specified by the
Engineer. Rough excavation shall be carried out to a depth 150 mm above the final level. The
balance shall be excavated with special care. Soft pockets shall be removed even below the
final level and extra excavation filled up as directed by the Engineer. The final excavation if so
instructed by the Engineer should be carried out just prior to laying the mudmat.
8.3 The Contractor may, for facility of work or similar other reasons excavate, and also backfill
later, if so approved by the Engineer, at his own cost outside the lines shown on the drawings
or directed by the Engineer. Should any excavation be taken below the specified elevations, the
Contractor shall fill it up, with concrete of the same class as in the foundation resting thereon,
upto the required elevation. No extra shall be claimed by the Contractor on this account.

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
152

8.4 All excavation shall be done to the minimum dimensions as required for safety and working
facility. Prior approval of the Engineer shall be obtained by the Contractor in each individual
case, for the method he proposes to adopt for the
excavation, including dimensions, side slopes, dewatering, disposal, etc. This approval,
however, shall not in any way relieve the Contractor of his responsibility for any consequent
loss or damage. The excavation must be carried out in the most expeditious and efficient
manner. Side slopes shall be as steep as will stand safely for the actual soil conditions
encountered. Every precaution shall be taken to prevent slips. Should slips occur, the slipped
material shall be removed and the slope dressed to a modified stable slope. Removal of the
slipped earth will not be paid for if the slips are due to the negligence of the Contractor.
8.5 Excavation shall be carried out with such tools, tackles and equipment as described
hereinbefore. Blasting or other methods may be resorted to in the case of hard rock; however
not without the specific permission of the Engineer.
8.6 The Engineer may also direct that in some extreme case, the rock may be excavated by
heating and sudden quenching for splitting the rock. Firewood shall be used for burning and
payment shall be made for such work as called for in the schedule of quantities.
9. STRIPPING LOOSE ROCK
9.1 All loose boulders, semidetached rocks (along with earthy stuff which might move
therewith) not directly in the excavation but so close to the area to be excavated as to be liable,
in the opinion of the Engineer, to fall or otherwise endanger the workmen, equipment, or the
work, etc., shall be stripped off and
removed away from the area of the excavation. The method used shall be such as not to
shatter, or render unstable or unsafe the portion which was originally sound and safe.
9.2 Any material not requiring removal as contemplated in the work, but which, in the opinion
of the Engineer, is likely to become loose or unstable later shall also be promptly and
satisfactorily removed as directed by the Engineer. The cost of such stripping will be paid for at
the unit rates accepted for the class of
materials in question.

10 TIMBER SHORING
1.0 SCOPE
This specification covers the general requirements of timber shoring for excavation of trenches,
pits, open excavation etc.
2.0 Close timbering shall be done by completely covering the sides of the trenches and pits
generally with short, upright members called ‘polling boards’. These shall be of minimum 25 cm
x 4 cm sections or as directed by Engineer. The boards shall generally be placed in position
vertically side by side without any gap on each side of the excavation and shall be secured by
horizontal walling of strong wood at maximum 1.2 meters spacing, strutted with bellies or as
directed by Engineer. The length of the bellies struts shall depend on the width of the trench or
pit. If the soil is very soft and loose, the boards shall be placed horizontally against each side of
the excavation and supported by vertical walling, which in turn shall be suitably strutted. The
lowest boards supporting the sides shall be taken into the ground and no portion of the vertical
side of the trench or pit shall remain exposed, so as to render the earth liable to slip out.
2.1 Timber shoring shall be ‘close’ or ‘open’ type, depending on the nature of soil and the depth
of pit or trench. The type of timbering shall be as approved by engineer. It shall be the

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
153

responsibility of contractor to take all necessary steps to prevent the sides of excavations,
trenches, pits, etc., From collapsing.
2.2 Timber shoring may be required to keep the sides of excavations vertical to ensure safety of
adjoining structures or to limit the slope of excavations, or due to space restrictions or for other
reasons. Such shoring shall be carried out, except in an emergency, only under instructions
from Engineer.
2.3 The withdrawal of the timber shall be done very carefully to prevent the collapse of the pit
or trench. It shall be started at one end and proceeded with systematically to the other end.
Concrete or masonry shall not be damaged during the removal of the timber. No claim shall be
entertained for any timber which cannot be withdrawn and is lost or buried.
2.4 In the case of open timbering, the entire surface of the side of trench or pit in not required
to be covered. The vertical boards of minimum 25 cm x 4 cm sections shall be spaced
sufficiently apart to leave unsupported strips of maximum 50 cm average width. The detailed
arrangement, sizes of the timber
and the spacing shall be subject to the approval of Engineer. In all other respects, specification
for close timbering shall apply to open timbering.
2.5 In case of large pits and open excavations, where shoring is required for securing safety of
adjoining structures or for any other reasons and where the planking for sides of
excavations/pits cannot be strutted against, suitable inclined struts supported on the excavated
bed shall be provided. Load from such struts shall be suitably distributed on the bed to ensure
no yielding of the strut. If, however, Engineer directs any timbering to be left-in, keeping in
mind the type of construction or any other factor, Contractor shall be paid for at the scheduled
item-rate for such left-in timbering.
11 DEWATERING
1.0 SCOPE
This specification covers the general requirements of dewatering excavation in general.
2.0 DEWATERING
2.1 The Contractor shall ensure that the excavation and the structures are free from water
during construction and shall take all necessary precautions and measures to exclude
ground/rain water so as to enable the works to be carried out in reasonably dry conditions in
accordance with the construction program.
Sumps made for dewatering must be kept clear of the excavations / trenches required for
further work. The method of pumping shall be approved by Engineer, but in any case, the
pumping arrangement shall be such that there shall be no movement of subsoil or blowing in
due to differential head of water during pumping. Pumping arrangements shall be adequate to
ensure no delays in construction. The dewatering shall be continued for at least (7) seven days
after the last pour of the concrete. The Contractor shall, however, ensure that no damage to
the structure results on stopping of dewatering.
2.2 The Contractor shall study the sub-soil conditions carefully and shall conduct any tests
necessary at the site with the approval of the Engineer to test the permeability and drainage
conditions of the sub-soil for excavation, concreting etc., below ground level.
2.3 The scheme for dewatering and disposal of water shall be approved by the Engineer. The
Contractor shall suitably divert the water obtained from dewatering from such areas of site
where a buildup of water in the opinion of the Engineer obstructs the progress of the work,
leads to insanitary conditions by stagnation, retards the speed of construction and is
detrimental to the safety of men, materials, structures and equipment.

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
154

2.4When there is a continuous in flow of water and the quantum of water to be handled is
considered in the opinion of Engineer, to be large, a well point system – single stage or
multistage, shall be adopted. The Contractor shall submit to the Engineer, details of his well
point system including the stages, the spacing, number and diameter of well points, headers
etc., and the number, capacity and location of pumps for approval. Unless separately provided
for in
the Schedule of prices,
The cost of dewatering shall be included in the itemrate of excavation.

MODE OF MEASUREMENT & PAYMENT


Measurement & payment shall be made on cubic meter basis.

ITEM NO.02 OF SCHEDULE B6:


Excavation for foundation 1.5 to 3.0 mt depth incl. sorting out & stacking of useful material
incl. dressing of sides & ramming of bottom incl. sorting, pumping out water if required with
all required lead & lift etc. complete.

As per Item No.01 of Schedule B6

ITEM NO.03 OF SCHEDULE B6:


P/L rubble soling with sand in foundation below PCC and watering and compacting the same
etc. complete as directed.

The item shall be carried out as per Code of practice attached herewith & latest IS code of
practice for excavation.

MODE OF MEASUREMENT & PAYMENT:


The payment for this item shall be made at the unit contract rate per cubic meter for the
quantity , limited to the dimensions shown in the drawing or as directed by the Engineer-in
charge as specified in I.S. 1200-Part-I of 1974.
The contract rate shall be for a unit of one Cubic meter

ITEM NO.04 OF SCHEDULE B6:


Providing and laying cement concrete 1:3:6 (1-Cement : 3- coarse sand : 6- hand broken
stone aggregates 40 mm nominal size) and curing complete excluding cost of formwork in
(A) Foundation and Plinth.

Materials:
Cement shall conform to M-2and shall conform to M-3.
Coarse aggregate shall conform to M-4,5,7,& 8
Water shall conform to M-1.
Workmanship:
The proportion of cement to sand and coarse aggregate shall be 1:3:6 i.e. 1Part of cement 3
part of sand and 6 part of coarse aggregate by Volume andthe work shall be carried out as per
C-2.

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
155

Mode of Measurement and Payment:


The mode of measurement shall be specified in I S 1200-Part II-1974 or as revised from time to
time. So far as applicable for measurement of cement work.

The rate shall be for unit of one cubic meter.

ITEM NO.05 OF SCHEDULE B6:

Providing and laying controlled cement concrete M-200 for RCC work as per detailed
drawings including centering, shuttering, machine mixing, vibrating, scaffolding, curing,
centering having double or more height wherever required & finishing etc. but excluding
cost of reinforcement etc. complete at all levels for (Only fresh ply shall be use)

Cement shall conform to M-2


sand shall conform to M-3.
Coarse aggregate shall conform to M-4,5,7,& 8
Water shall conform to M-1.
Workmanship :
The concrete of grade M:250 shall conform to C-5
Centering and shuttering shall conform to C-6.
The work shall be carried out for base of rectangular sections as per drawing and perfect
shuttering work in proper line and level to achieve proper gradient for smoothflowing of rain
water.

Form Work:

General:
The form work shall conform to the shape, lines and dimensions as shown on the
drawings and be so constructed as to remain sufficiently rigid during the placing and
compacting of the concrete and shall be sufficiently tight to prevent loss of slurry.
a) All forms shall be checked frequently during the concreting operations and until
removed so that they may be driven up if any settlement occurs.
The design, fabrication and erection of formwork are solely the responsibility of
the Contractor. The formwork should be safe and stable to withstand dead load of
concrete, men etc. Further, the form should yield security to the structure or its
members.
b) Materials:
The selection of materials suitable for formwork shall be based on economy and
consistency with safety and quality required in the finished work. Formwork shall
be of timber, plywood, steel or any other materials as approved by
Architect/Engineer-in-Charge whose decision in this respect shall be final. Props

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
156

and shores shall be of steel, timber posts, bullies or any other material as
approved by Architects.
c) Chamfer strips shall be placed in corner of forms to produce bevelled edges on
permanent exposed surface, if specified.
d) Temporary openings shall be provided at the base of column forms and wall forms
and at other points where necessary to facilitate cleaning and observation
immediately before concrete is placed.
e) Mould Oil:
Care should be taken to see that the formwork is perfectly cleaned and two coats
of mould oil or any other approved material is applied before placing the concrete.
Such coating shall be insoluble in water, non-staining and non-injuries to the
concrete. It shall not become flaky or be removed by rain or wash water. Block
boards or equivalent shall be used for shuttering columns, beams, etc. and steel
sheets for slab shuttering will be allowed.
f) Chamfers and fillets:
All concrete and angles exposed in the finished structure shall be formed with
mouldings to form chamfers of fillets on the finished concrete. The standard
dimensions of chamfers and fillets, unless otherwise specified, shall be 20 mm.
Care should be exercised to ensure accurate mouldings. The diagonal face of the
moulding shall be placed or surfaced to the same textures as the forms to which it
is attached.
g) Vertical construction joint chamfers:
Vertical construction joints on faces, which will be exposed at the completion of
the project, shall be chamfered as above except where not permitted by the
Engineer for structural or other reasons.
h) Reuse of Forms:
Before reuse, all forms shall be thoroughly scraped, cleaned, joints examined and
when necessary, repaired and the inside retreated to prevent adhesion, to the
satisfaction of the Engineer. The Contractor shall equip himself with enough
shuttering to complete the job in the stipulated time.
i) The contractor shall record on the drawing or a special register the date upon
which the concrete is placed in each part of the work and the date on which the
shuttering in removed there from. Striking of forms in the case of sides of beams,
columns and slabs can be carried out after 24 hours of concreting. The striking of
forms shall be done as para 2.12.4. Striking shall be done with utmost care without
shock or vibration by gently easing the wedges. If, after removing the formwork, it
is found that the timber is embedded in the concrete, it has to be cut out and
made good with fine concrete. Due care shall be given to the provision of correct
form work for holes and openings in the slabs, inserts, grounding cables, conduits
and pipe sleeves, foundation or anchor bolts etc. as per approved drawings or as
directed by the Engineer.

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
157

CLEANING AND TREATMENT OF FORMS:


The forms shall be carefully examined to see that they are vertical and horizontal and the
joints are properly closed. If forms are to be reused, they should be carefully examined
before such reuse, properly aligned and open joints shall be repaired and coated with
crude oil. The centering planks for columns shall be joined together and provided with
threaded bolts and nuts.
The centering and props for the various members shall be fixed in a workman like manner
to be approved by the Engineer-in-Charge. They shall be of such size as the Engineer-in-
Charge thinks fit and proper. The centering shall be removed only after the permission has
been obtained from the Engineer-in-Charge. Props shall be supported on wedges placed
on planks and the planks shall be 25 mm thick.
All rubbish, particularly chippings, shavings and saw dust shall be removed from the
interior of the forms before the concrete is placed and the form work in contact with the
concrete shall be cleaned and thoroughly wetted or treated with an approved
composition. Care shall be taken that such approved composition is kept out of contact
with the reinforcement.
a) In columns of any forms where access to the interior is not available otherwise, a
sufficient area of one side shall be left loose so that it may be removed for
cleaning out all chips, dirt, sawdust and other extra materials.
b) Where the shoring bores on the ground, the Contractor shall spread the load from
shores by suitable brick platforms in order to prevent settlement.

Mode of Measurement and Payment:

The contract rate shall be for a unit of one Cubic Meter.

ITEM NO.06 OF SCHEDULE B6:

Providing TMT Bar FE 415 reinforcement for R.C.C. work including bending, binding and
placing in position complete upto floor two level

Materials:
TMT steel reinforcement bars shall conform to I.S. 1786 – 1985 (or as per latest revision of
same.) of Fe-415 grade.
Workmanship:
The work shall consist of furnishing and placing reinforcement of the shape and dimensions
shown on the drawings or as directed by the Engineer in charge. Steel bars shall be Fe 500D
steel confirming to relevant IS code and it shall be clean and free from loose rust and loose mil
scale at the time of fixing in position and subsequent concreting.

Reinforcement steel confirm accurately to the dimensions given in the bar bending schedule
shown in relevant drawings. Bars shall be bent cold to the specified shape and dimensions or as
directed by the Engineer in charge using a proper bar bender, operated by hand or power to

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
158

attain proper radius of bends. Bars shall not be bend or straightened in a manner that will
injure the material .bars bent during transport or handling shall be straightened before being
used on work they shall not be heated to facilitate bending. Unless otherwise specified a U type
hook at the end of each bar shall invariably provide. The radius of the bend shall not be less
than twice the diameter of the round bar and the length of the straight part of the bar beyond
the end of thecurve shall be at least four times the diameter of the round bar. In case of the
bars which are not round and in the case of deformed bars, the diameter shall be taken as the
diameter of circle having an equivalent effective area. The hooks shall be suitably encased to
prevent any splitting of the concrete.

All the reinforcement bars shall be accurately placed in exact position shown on the drawings,
and shall be securely held in position during placing of concrete by annealed binding wire not
less than 1 mm in size and confirming to IS 280 and by using stay blocks and metal chairs,
spacers, metal hangers supporting wires or other devices at sufficiently close intervals. Bars will
not be allowed to
sag between supports nor displaced during concreting or any other operation of work. All
devices used for positioning shall be non- corrodible material. Wooden and metal supports will
not extend to the surface of concrete, except where shown on the drawings. Placing bars on
layers of freshly laid concrete as the work progresses for adjusting bar spacing will not be
allowed. Pieces of broken stone or brick and wooden blocks shall not be used. Layers of the
bars shall be
Separated by spacebars, precast mortar blocks or other devices. Reinforcement after being
placed in position shall be maintained in a clean condition until completely embedded in
concrete. Special care shall be exercised to prevent any displacement of reinforcement in
concrete already placed. To protect the reinforcement from cover shall be provided as
indicated on the drawings. All bars protruding from concrete and to which other bars are to be
spliced and which are likely to be exposed for an indefinite period shall be protected by a thick
coat of neat cement grout.

Bars crossing each other where required shall be secured by binding wire (annealed) of the size
not less than 1mm and confirming to IS 280 in such a manner that they do not slip over each
other at the time of fixing and concreting.

As far as possible, bars of full length shall be used. In case this is not possible overlapping of the
bars shall be done as directed by the Engineer in charge. When practicable, overlapping bars
shall not touch each other, but be kept apart by 25mm or 1.25 times the maximum size of the
coarse aggregate which is greater, by concrete between them. Where not feasible, overlapping
barsshall be bound with annealed steel wire, and not less than 1 mm, thickness twisted tight.
The overlaps shall be staggered for different bars and located at points, along the span where
neither sphere nor bending moment is maximum.

Whenever indicated on the drawings or desired by the Engineer in charge barshall be joined by
couplings which shall have a cross section sufficient totransits the full stress of bars. The ends of
the bars that are jointed by couplingsshall be upset for a sufficient length so that the effective
cross section at thebase of threads is not less than the normal cross section of the bar.
Threadsshall be standard white worth threads. Steel for couplings shall be confirm to IS226.

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
159

When permitted or specified on the drawings, joints of reinforcement’s bars shallbe butt
welded so as to transmit their full stress. Welded joints shall preferablybe located at points
where steel not be subject to more than 75 percent of themaximum permissible stresses and
welds so staggered that, at any one sectionnot more than 20 percent of the rods are welded.
Only electric are welded usinga process which excludes air from the molten metal and confirms
to any or allother special provisions for the work will be accepted. Suitable means shall
beprovided for holding the bars securely in position during welding. It must beensured that no
voids are left in welding and when welding is done in 2 or 3stages previous surface shall be
cleaned properly. Ends of the bars shall becleaned of all loose scale, rust, grease, paint and
other foreign matter beforewelding. Only competent welders shall be employed on the work.
The MSelectrodes used for welding shall confirm to IS 814. Welded pieces ofreinforcement shall
be tested. Specimen shall be taken from actual site andtheir number and frequency of test shall
be directed by the engineer in charge.

Reinforcement shall be measured in length including overlaps, separately fordifferent


diameters as actually used in the work. Where welding or coupling isrestored to in place of lap-
joints, such joints shall be measured for payment asthe equivalent length of overlap as per
design requirement. From the length someassured the weight of reinforcement shall be
calculated in tones on the samebasis of IS 1732. Length shall not be measured and cost of these
items shall bedeemed to be included in the rates for reinforcement.

Mode of Measurement and Payment:


The length of bars as shown on the drawing or as directed by the Engineer in chargeshall be
correct up to 2 decimals in meter and the weight payable will be worked out atthe rate
mentioned in M-10. The contract rate shall be for unit of one Kg. Other detailshall be as per
M10.

The rate shall be for a unit of One Kg.

ITEM NO.07 OF SCHEDULE B6:

Brick work using common burnt clay building bricks of IInd class having crushing strength
not less than 35 kg/cm2 for foundation & plinth and superstructure up to two floor level in
C.M. 1:6 (1-cement : 6-coarse sand) incl. racking out joints 20mm deep to expose faces & the
joints should be struck flush to expose faces incl. Curing, scaffolding etc. complete.

Water, Cement, Sand, Bricks, Cement mortar shall conform to materials specification.
Materials

Bricks used in the works shall conform to the requirements laid down in IS: 1077 OR Latest
Version.. The class of the bricks shall be as specifically indicated in the respective items of
work prepared by the Contractor.

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
160

The nominal size of the modular brick shall be 200mmx100mmx100mm with the
permissible tolerances over the actual size of 190mmx90mmx90mm as per IS: 1077 OR
Latest Version. The nominal thickness of one brick and half brick walls using modular
bricks shall be considered as 200 mm and 100 mm respectively. In the event of use of
traditional bricks of nominal size 230 mmx115mmx75mm with tolerance upto 3 mm in
each dimension, one brick and half brick walls shall be considered as 230 mm and 115 mm
respectively.

Bricks shall be sound, hard, homogenous in texture, well burnt in kiln without being
vitrified, hand/machine moulded, deep red, cherry or copper coloured, of regular shape
and size & shall have sharp and square edges with smooth rectangular faces. The bricks
shall be free from pores, cracks, flaws and nodules of free lime. Hand moulded bricks shall
be moulded with a frog and those made by extrusion process may not be provided with a
frog. Bricks shall give a clear ringing sound when struck and shall have a minimum
crushing strength of 3N/sq.mm unless otherwise specified in the Items of work prepared
by the Contractor.

The average water absorption shall not be more than 20 percent by weight up to class 12.5
and 15 percent by weight for higher classes. Bricks which do not conform to this
requirement shall be rejected. Over or under burnt bricks are not acceptable for use in the
works.

Sample bricks shall be submitted to the GIDC for approval and bricks supplied shall
conform to approved samples. If demanded by GIDC, brick samples shall be got tested as
per IS: 3495 by Contractor. Bricks rejected by GIDC shall be removed from the site of works
within 24 hours.

Mortar for brick masonry shall consist of cement and sand and shall be prepared as per IS:
2250. Mix shall be in the proportion of 1:5 for brickwork of thickness one brick or above
and 1:4 for brickwork of thickness half brick or below, unless otherwise specified in the
respective items of work prepared by the Contractor. Sand for masonry mortar shall
conform to IS:218 OR Latest Version. The sand shall be free from clay, shale, loam, alkali
and organic matter and shall be of sound, hard, clean and durable particles. Sand shall be
approved by GIDC. If so directed by the GIDC, sand shall be screened and washed till it
satisfies the limits of deleterious materials.

For preparing cement mortar, the ingredients shall first be mixed thoroughly in dry
condition. Water shall then be added and mixing continued to give a uniform mix of
required consistency. Mixing shall be done thoroughly in a mechanical mixer, unless hand
mixing is specifically permitted by the GIDC. The mortar thus mixed shall be used as soon
as possible, preferably within 30 minutes from the time water is added to cement. In case,
the mortar has stiffened due to evaporation of water, this may be re-tempered by adding
water as required to restore consistency, but this will be permitted only upto 30 minutes
from the time of initial mixing of water to cement. Any mortar which is partially set shall be
rejected and shall be removed forthwith from the site. Droppings of mortar shall not be re-
used under any circumstances. The Contractor shall arrange for test on mortar samples if
so directed by the GIDC.

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
161

Workmanship

Workmanship of brick work shall conform to IS: 2212 OR Latest Version. All bricks shall be
thoroughly soaked in clean water for at least one hour immediately before being laid. The
cement mortar for brick masonry work shall be as specified in the respective item of work
prepared by the Contractor. Brick work 200mm/230mm thick and over shall be laid in
English Bond unless otherwise specified. 100mm/115mm thick brickwork shall be laid
with stretchers. For laying bricks, a layer of mortar shall be spread over the full width of
suitable length of the lower course. Each brick shall be slightly pressed into the mortar and
shoved into final position so as to embed the brick fully in mortar. Only full size bricks shall
be used for the works and cut bricks utilised only as closers to make up required wall
length or for bonding. Bricks shall be laid with frogs on top.

All brickwork shall be plumb, square and true to dimensions shown. Vertical joints in
alternate courses shall come directly one over the other and be in line. Horizontal courses
shall be levelled. The thickness of brick courses shall be kept uniform. In case of one brick
thick or half brick thick wall, atleast one face should be kept smooth and plane, even if the
other is slightly rough due to variation in size of bricks. For walls of thickness greater than
one brick both faces shall be kept smooth and plane. All interconnected brickwork shall be
carried out at nearly one level so that there is uniform distribution of pressure on the
supporting structure and no portion of the work shall be left more than one course lower
than the adjacent work. Where this is not possible, the work shall be raked back according
to bond (and not saw toothed) at an angle not exceeding 45 deg. But in no case the level
difference between adjoining walls shall exceed one meter. Brick work shall not be raised
more than one meter per day.

Bricks shall be so laid that all joints are well filled with mortar. The thickness of joints shall
not be less than 6 mm and not more than 10 mm. The face joints shall be raked to a
minimum depth of 10mm/15mm by raking tools during the progress of work when the
mortar is still green, so as to provide a proper key for the plastering/ pointing respectively
to be done later. When plastering or pointing is not required to be done, the joints shall be
uniform in thickness and be struck flush and finished at the time of laying. The face of
brickwork shall be cleaned daily and all mortar droppings removed. The surface of each
course shall be thoroughly cleaned of all dirt before another course is laid on top.

During inclement weather conditions, newly built brick masonry works shall be protected
by tarpaulin or other suitable covering to prevent mortar being washed away by rain.

Brickwork shall be kept constantly moist on all the faces for at least seven days after 24 hrs
of laying. The arrangement for curing shall be got approved from the GWSSB.

Double scaffolding having two sets of vertical supports shall be provided to facilitate
execution of the masonry works. The scaffolding shall be designed adequately considering
all the dead, live and possible impact loads to ensure safety of the workmen, in accordance
with the requirements stipulated in IS:2750 and IS:3696 (Part I). Scaffolding shall be
properly maintained during the entire period of construction. Single scaffolding shall not
be used on important works and will be permitted only in certain cases as decided by the
GWSSB. Where single scaffolding is adopted, only minimum number of holes, by omitting a

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
162

header shall be left in the masonry for supporting horizontal scaffolding poles. All holes in
the masonry shall be carefully made good before plastering/pointing.

In the event of usage of traditional bricks of size 230 mm x115mm x75mm, the courses at
the top of the plinth and sills as well as at the top of the wall just below the roof/floor slabs
and at the top of the parapet shall be laid with bricks on edge.

All brickwork shall be built tightly against columns, floor slabs or other structural
members.

To overcome the possibility of development of cracks in the brick masonry following


measures shall be adopted.

For resting RCC slabs, the bearing surface of masonry wall shall be finished on top with 12
mm thick cement mortar 1:3 and provided with 2 layers of Kraft paper Grade 1 as per
IS:1397 OR Latest Version. or 2 layers of 50 micron thick polyethylene sheets.

RCC/ steel beams resting on masonry wall shall be provided with reinforced concrete bed
blocks of 50 mm thickness, projecting 50mm on either sides of the beam, duly finished on
top with 2 layers of Kraft paper Grade 1 as per IS:1397 OR Latest Version or 2 layers of 50
micron thick polyethylene sheets.

Steel wire fabric shall be provided at the junction of brick masonry and concrete before
taking up plastering work.

Bricks for partition walls shall be stacked adjacent to the structural member to pre-deflect
the structural member before the wall is taken up for execution. Further, the top most
course of half or full brick walls abutting against either a deshuttered slab or beam shall be
built only after any proposed masonry wall above the structural member is executed to
cater for the deflection of the structural element.

Reinforced cement concrete transomes and mullions of dimensions as indicated in the


construction Drawings to be prepared by the Contractor are generally required to be
provided in the half brick partition walls.

Where the drawings prepared by the Contractor indicate that structural steel sections are
to be encased in brickwork, the brickwork masonry shall be built closely against the steel
section, ensuring a minimum of 20mm thick cement-sand mortar 1:4 over all the steel
surfaces. Steel sections partly embedded in brickwork shall be provided with bituminous
protective coating to the surfaces at the point of entry into the brick masonry.

Facing bricks of the type specified conforming to IS:2691 OR Latest Version shall be laid in
the positions indicated on the Drawings prepared by the Contractor and all facing
brickwork shall be well bonded to the backing bricks/RCC surfaces. The level of execution
of the facing brick work shall at any time be lower by at least 600 mm below the level of the
backing brickwork.

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
163

Facing bricks shall be laid over 10 mm thick backing of cement mortar. The mortar mix,
thickness of joint and the type of pointing to be carried out shall be as specified in the item
of works prepared by the Contractor. The pattern of laying the bricks shall be as specifically
indicated in the Drawings prepared by the Contractor. For facing brickwork, double
scaffolding shall be used. Faced works shall be kept clean and free from damage,
discoloration etc., at all times.

Proportion :
The proportion of the cement mortar shall be 1:6 (1-cement:6-fine sand) by volume.

Wetting of bricks:

The bricks required for masonary shall be thoroughly wetted with clean water for about
two hours before use or as directed. The cessation of bubbles, when the brick are wetted
with water is an indication of through wetting of bricks.

Laying :
Bricks shall be laid in English bond unless directed otherwise. Half or cut bricks shall not be
used except when necessary to complete the bond; closer in such case shall be required
size and used near the end of the walls. A layer of mortar shall be spread on full width for
suitable length of the lower course. Each brick shall first be properly bedded and set home
by gently tapping with handle of trowel or wooden mallet Its inside face shall be flushed
with mortar before the next brick is laid and pressed against it. On completion of course,
the vertical joints shall be fully filled from the top with mortar.

The wall shall be taken up truly in plumb. All course shall be laid truly horizontal and all
vertical joints shall be truly vertical. Vertical joints in alternate course shall generally be
directly one over the other. The thickness of brick course shall be kept uniform. The brick
shall be laid with frog up wards. A set of tools comprising of wooden straight edges mason’s
sprit leave, square half meter rub, and pins, string and plumb shall be kept on the site of
work for frequent checking during the progress of work.

Both the faces of the wall of thickness greater than 23 Cms shall be kept in proper place. All
the connected brick work shall be kept not more than one metre over the rest of the work.
Where this is not possible, the work shall be raked back according to the bond (and not left
toothed) at an angle not steeper than 45 degrees.

All fixture, pipes, outlet of water, hold fast of doors and windows etc. which are required to
be built in wall shall be embedded in cement mortar.

Joints:

Bricks shall be so laid that all joints are quite flush with mortar. Thickness of joints shall
not exceed 12mm. The face joint shall be raked out as directed by racking tools daily during
the progress of work when the mortar is still green so as to provided key for plaster or
pointing to done. The face of brick shall be cleaned the everyday on which the work is laid
and all mortar dropping removed.

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
164

Curing :
Green work shall be protected from rain suitably. Masonary work shall be kept moist on all
the faces for a period of 7 days. The top of masonary work shall be kept ell wetted at the
close of the day.
Preparation of foundation bed :

If the foundation is to be laid directly on the excavated bed, the bed shall be levelled,
cleaned of all loose materials, cleaned and wetted before starting masonary, if masonary is
to be laid on concrete footing, the top of concrete shall be cleaned and moistened. The
contractor shall obtain the engineer’s approval for the foundation bed before foundation
masonary is started. When pucca flooring is to be provided flush with the top to plinth, the
inside plinth off set shall be kept lower than the outside plinth top by the thickness of the
flooring.

Mode of Measurement and Payment:


The contract rate shall be for a unit of one Cubic Meter

ITEM NO.08 OF SCHEDULE B6:

P/L 20mm thick sand faced plaster on wall upto any height consisting of 12mm thick backing
coat of cement mortar 1:3 (1-cement, 3 sand) & 8mm thick finishing coat of cement mortar
1:1 (1-cement, 1-sand) etc. complete.

1 Materials:
1.1 Water shall conform to M-1. Cement mortar shall conform to M-11.
2 Workmanship:
2.1 The work shall be carried out in the coats. The backing coat (base coat) shall be 12
mm. thick in C.M. 1:3. The relevant specification of item shall be followed except that the
thickness of back coat shall be 12 mm. average. Before the first coat hardens its surface
shall be beaten up by edges of wooden tapers and close shall be made on the surface.
The subsequent coat shall be applied after this coat has been allowed to set for 3 to 5 days
depending upon the weather conditions. The surface shall not be allowed to dry during this
period.
2.2 The second coat shall be completed to 8 mm. thickness in C.M. 1:1 as described above,
including raising sand facing by bushing. The sample of sand face shall be got approved
before the work is started. The whole work shall be carried out uniformly as per sample
approved.
2.3 Curing: The curing shall be started overnight after finishing of plaster. The plaster
shall be kept wet for a period of 7 days. During this period it shall be protected from all
damages.

Mode of Measurement and Payment:


The contract rate shall be for a unit of one Square Meter.

ITEM NO.09 OF SCHEDULE B6:


Providing & laying 15 mm thick cement plaster in single coat in CM 1:3 (1-cement : 3-sand)
on rough & fair side of RCC / brick masonry, ceiling, any other surface for interior & exterior

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
165

plastering as per architectural design / drawings incl. making 10 x 10 mm or as specified


grooves as per pattern given in the architectural drawings incl. drip molding & finished even
and smooth with neat cement slurry incl. racking out joints, cleaning, curing, scaffolding, etc.
complete at all floor levels

1 Materials:
1.1 Water shall conform to M-1. Cement mortar shall conform to M-11.
2 Workmanship:
2.1 The work shall be carried out in the coats. The backing coat (base coat) shall be 12
mm. thick in C.M. 1:3. The relevant specification of item shall be followed except that the
thickness of back coat shall be 12 mm. average. Before the first coat hardens its surface
shall be beaten up by edges of wooden tapers and close shall be made on the surface.
The subsequent coat shall be applied after this coat has been allowed to set for 3 to 5 days
depending upon the weather conditions. The surface shall not be allowed to dry during this
period.
2.2 The second coat shall be completed to 8 mm. thickness in C.M. 1:1 as described above,
including raising sand facing by bushing. The sample of sand face shall be got approved
before the work is started. The whole work shall be carried out uniformly as per sample
approved.
2.3 Curing: The curing shall be started overnight after finishing of plaster. The plaster
shall be kept wet for a period of 7 days. During this period it shall be protected from all
damages.

Mode of Measurement and Payment:


The contract rate shall be for a unit of one Square Meter.

ITEM NO.10 OF SCHEDULE B6:


External wall painting (one coats pf priming coat + two coats of paint) with APEX exterior
paint of Asian paints or equivalent of required shade or equivalent including a priming coat
of primer of approved brand and manufacture on wall & any other surfaces to give an even
shade after thoroughly brushing the surface & making the surface free from mortar
droppings and other foreign matter and sand papered smooth incl. filling the all small holes,
cracks, open joints, undulations and similar other minor defects of every kind with
readymade putty of approved brand and manufacture and rubbed smooth with sand paper
incl. nece. scaffoldings etc. complete at all floor levels

1 Materials
1.1 The water shall conform to M-1. Plastic emulsion paint shall conform to I.S. 5410-
1969 OR Latest Version.
2 Workmanship
2.1 Scaffolding: The relevant specification shall be followed.
2.2 Preparation of surface: The relevant specifications shall be followed except that the
work white wash colour wash shall be submitted with Plastic emulsion paint. The

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
166

surface shall be thoroughly wetted with clean water before Plastic emulsion paint is
applied.
2.3 Preparation of paint: Portland cement shall be prepared by adding paint power to
water and stirring to obtain a thick paste, which shall then be diluted to a brushable
consistency. Generally equal volumes to paint powder and water make a satisfactory
paint. In all cases, the manufacturer’s instructions shall be followed. The paint shall
be mixed in such quantities as can used up within an hour of mixing as otherwise the
mixture will set and thickness, affecting flowing and finish. The lids of cement paint
drums shall be kept tightly when not in use.
2.4 Application of paint:
2.4.1 No painting shall be done when the paint is likely to be exposed to a temperature of
below 7 o C with 48 hours after application.
2.4.2 When weather conditions are such as to cause damage the work shall be carried out
"in the shadow" as far as possible. This helps the proper hardening of the paint film
by keeping the surface moist for a longer period.
2.4.3 To maintain the uniform mixture and to prevent segregation, the paint shall be
stirred frequently in the bucket.
2.4.4 For undecorated surfaces, after the primer coat is dried for at least 48 hours the
surfaces shall be lightly sand papered to make them smooth for receiving the
distemper, taking care not to rub cut the priming coat. All loose particles shall be
dustered off after rubbing. Minimum two coats of distemper shall be applied with
brushes in horizontal strokes followed immediately by vertical strokes which
together shall constitute one coat. The subsequent coats shall be applied after time
interval of at least 24 hours between consecutive coats to permit proper drying of
the preceding coat. The finished surfaces shall be even and uniform without patches,
brush marks; distemper drops etc.
2.4.5 The finished surface shall be even and uniform in shade, without patches, brush
masks, paint drops etc.
2.4.6 The cement paint shall be applied with a brush with relatively short stiff hog or fiber
bristles. The paint shall be brushed in uniform thickness and shall be free from
excessive heavy brush marks. The lamps shall be well brushed out.

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
167

2.4.7 Plastic emulsion paint shall not be applied on surface already treated with white
wash colour wash, distemper dry or oil bound varnishes, paint etc. It shall not be
applied on gypsum, wood or metal surfaces.
2.5 Curing: Painted surfaces shall be sprinkled with water two or three times a day. This
shall be done between coats and for at least two days following the final coat. The
curing shall be started as soon as the paint has hardened so as not to be damaged by
a sprinkling of water preferably about 12 hours after the application.
2.6 Protection measures shall be taken.

Mode of measurements & payments


The rate shall be for a unit of one Sq.mtr for finished work.

ITEM NO.11 OF SCHEDULE B6:

Providing and fixing iron compound gate as per design and given drawing with bolts nuts,
locking arrangements, stoppers, holdfasts, handles, aldrops etc. incl. cost of welding, cutting
etc. using the M.S. pipes (Heavy duty), angles, flats etc. as per drawing incl. fixing in RCC.
column etc. incl. applying a priming coat of red lead paint and three coats of
approvedsynthetic enamel paint etc. complete.

MATERIALS:
Structural steel shall be of approved make (as per list of approved makes attached with the
Technical Bid) and shall conform to M-22 of Specification of Materials attached herewith.
M.S. pipes (Heavy duty)shall be of approved make and generally shall conform to M-22 of
Specification of Materials attached herewith.
Synthetic enamel paint shall be of best quality and approved make (as per list of approved makes
attached with the Technical Bid) and shall conform to IS-1932-1964 or as revised from time to
time.
Read lead paint shall be of best quality and approved make (as per list of approved makes
attached with the Technical Bid) and shall conform to IS-102-1962.
WORKMANSHIP:
The work shall be carried out as per C-63 of Code of practice attached herewith
Painting work shall be carried out as per C-15 of Code of practice attached herewith & latest IS
code of practice for painting work to steel surface.
The work shall be executed in accordance with best modern practices.
The entire work shall be carried out in best workmanship like manner.

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
168

MODE OF MEASUREMENT & PAYMENT:


The measurement shall be taken on weight basis. No weight of bolts, nuts, welding shall be paid.
The measurement shall be as per IS- 1200-PART-VIII- 1974 or as revised from time to time so
far as applicable for measurement of steel structure.
The contract rate shall be for a unit of one Kg

ITEM NO.12 OF SCHEDULE B6:

Providing and Fixing 'U' Shaped Barbed wire fencing on Existing compound wall top with
vertical angle of 50x50x6 mmx0.45 Mtr height, two cross angles 50x50x6 mm x 0.40 Mtr.
Length, , two vertical angle 50x50x6 mm x 0.45 Mtr having 1 Horizontal rows , 2 horizontal
rows at each side of cross angles ,and 2 horizontal rows at each side of vertical angle and 1
horizontal rows at top side of barbed wire. and @ 0.10m c/c Spiral turns in each 27 mtr in
length each 3.00m span and 750 mm effective dia, horizontal and two diagonal barbed wire
rows on each cross angles incl. cost of barbed wires, necessary GI stapling, fixing in C.C.
(1:2:4) blocks of 0.35x0.35x0.30 Mtr. size on top of compound wall, painting angles with one
coat of anti-corrosive primer and two coats of enamel paint of approved quality, necessary
scaffolding etc. complete as per the direction of the Engineer in Charge.

MATERIALS:
Structural steel shall be of approved make (as per list of approved makes attached with the
Technical Bid) and shall conform to M-22 of Specification of Materials attached herewith.
M.S. pipes (Heavy duty)shall be of approved make (as per list of approved makes attached with
the Technical Bid) and generally shall conform to M-22 of Specification of Materials attached
herewith.
Synthetic enamel paint shall be of best quality and approved make and shall conform to IS-1932-
1964 or as revised from time to time.
Read lead paint shall be of best quality and approved make (as per list of approved makes
attached with the Technical Bid) and shall conform to IS-102-1962.
Barbed wire shall be confirm to M-78 of Specification of Materials attached herewith
WORKMANSHIP:
The work shall be carried out as per C-63 of Code of practice attached herewith
Painting work shall be carried out as per C-15 of Code of practice attached herewith & latest IS
code of practice for painting work to steel surface.
The work shall be executed in accordance with best modern practices.
The entire work shall be carried out in best workmanship like manner.
MODE OF MEASUREMENT & PAYMENT:
The measurement shall be taken on RMT No weight of bolts, nuts, welding shall be paid.

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
169

The contract rate shall be for a unit of one RMT

ITEM NO. 1 OF SCHEDULE B7:

Earthwork using available excavated earth for embankment including breaking clods,
dressing with all lead and lift and including watering rolling and consolidation of subgrade
in layers at O.M.C. to required dry density including filling the depression which occur
during the process using power roller 8T to 10T. From borrow area within estate.

1. The land width on which the earth work is to be done shall be cleared of all tree having a
girth of 30 cm and less, loose, stones, vegetation, bushes, stumps and all other-objectionable
materials. All the materials cleared will be the property of Government. Useful material shall be
arranged in convenient stacks along the road boundary or as directed at places within 50 metres
lead, and handed over to the department in convenient section. Unsuitable material shall be burnt
or otherwise disposed off by the contractor at his own cost without any nuisance, inconvenience
or damage to the works property or people in the neighborhood. In cases, the materials shall be
disposed off in a neat manner.
2. After clearing the site, the alignment of the road shall be properly set out true to line,
curves, slopes, grades and sections as shown on the plan or directed by the Engineer-in-charge.
The contractor shall provide all labours and materials such as lime, strings, pegs; nails, bamboos,
stone, mortar, concrete, etc. required for setting out, establishing. Bench Marks and giving
profiles. Tie contractor shall be responsible for maintaining the B. Ms. profiles alignments and
other marks as long as they are required for the work in the opinion of the Engineer-in-charge. If
the contractor defaults in this respect they may be restored by the department at the cost of the
Contractor.
3. When an existing embankment is to be widened, continuous, horizontal benches, each at
least 0.3 metre wide shall be cut into the existing slope for ensuring adequate bond with the fresh
embankment of the embankment. The dumping of material from trucks for widening shall be
avoided except in difficult circumstances when the extra width is too narrow to permit the
movement of any other type of hauling equipment.
4. The soil to be used for embankment shall be free from trees, stumps, roots, rubbish or any
other objectionable materials. Only material considered suitable by the Engineer-in-charge shall
be used for the construction and that considered unsuitable other disposed off as directed by him.
The selection of the materials to be used in the construction of embankment shall be made after
soil surveys and investigations carried out by the Department. The embankment shall consist of
earth available from road side borrow pits on either side with all lead and all lifts.
5. Location, shape and size of borrow pits shall be as indicated by the Engineer-in-charge.
Pits shall not be dug continuously. Ridges of not less than 8 metres width should be left at
interval not exceeding 300 metre'. Small drain shall be cut through the ridges of facilitate
drainage. The outer edge of borrow pits shall be so regulated that the bottom does not cut an
imaginary line having a of 1 vertical to 4 horizontal projected from the edge of final section of
the bank, the maximum depth in any case being limited to 1.5 metres. Also no pits shall be dug
within 5 metres of the toe of the final section of the road embankment.

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
170

5.1 No borrow pits shall be allowed at the following sites along the road.
(i) up to 30 metres on either side of CD. Works.
(ii) up to 15 metres 0 either side of cart track crossing for which approaches are to be
constructed.
5.2 If there is top layer of black cotton or other objectional soils, the same shall be removed
and disposed off elsewhere and usable material found at lower level will only be used in the
embankment.
6 The embankment shall be constructed in uniform layers not exceeding 250 mm in loose
thickness. The soil shall be spread uniformly over the entire width of the embankment, otherwise
directed by the Engineer-in-charge. The consolidation including watering and rolling of earth
work shall be carried out by the Department. The operation of laying the successive layer of
earth shall have to be suitably. All clods of hard lumps if earth shall be broken to have maximum
size of 15 cm. when being placed in the embankment and a minimum of size 5 cm when being
placed in the top 45 cm of the embankment. The work of next layer shall be allowed only after
the fi •st layer below it has been thoroughly compacted.
7 Where an embankment is to be placed on sloping ground, the surface of the ground shall
be benched in the steps of trenches or broken up in such manner that the new material shall have
perfect bond with the existing surface. Where the embankment is to be placed over an existing
road surface, the surface shall be scarified to minimum depth of a 5 cm so as to provide ample
bond between the old and new material. However when the embankment is to be placed over an
old concrete pavement and lies within I metre of new subgrade level the pavement shall be
broken up in pieces not to exceed 0.1 m. and be left under the new embankment. If the existing
road is of granulate or bituminous type and lies within 1 m. of the new subgrade level, the same
shall be scarified to a depth of minimum 50 mm. so as to provide ample bond between the old
and the new material.
8 To avoid interference with the construction of abutment, wing walls or return walls of
culverts/bridge structures, the contractor shall, at point to be determined by the Engineer-in-
charge, suspend work on embankments forming approaches to such structures, until such time as
the construction of the latter is sufficiently advanced to permit the completion of approaches
without the risk of interference or damage to the bridge work. Unless directed otherwise, the
filling ground culverts, bridges and other structures up to a distance of twice the height of the
embankment. The fill material shall not be placed against any abutment or wing wall unless
permission has been given for 14 days, the embankment shall be brought up simultaneously in
equal layers on each side of the structure to avoid displacement and unequal pressure. The
sequence of work in Ahis regard shall be got approved from the Engineer-in- charge. Where the
provision of any filter medium is specified behind the abutment, the same shall be laid in layers
simultaneously with the laying of fill material. The material used for the filter shall conform to
the requirements for filler medium and will be paid extra in the relevant item.
9 Tree embankment shall be finished in conformity with the alignment, levels, cross
sections and dimension shown on the plans or as directed Engineer-in-charge. Where the
alignment of the road is in a curve, the top of the embankment shall be formed with the super

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
171

elevation and the increased width shown on the drawings or as the Engineer-in-charge may
direct. Finishing operations shall include the work of shaping and dressing the shoulders, road
bed and the side slopes to conform the cross section.
10 The earthwork measurements shall be paid on cross sectional measurements and
computing the volumes of earth work in cubic metres by average area method contractor shall
sign day to day levelling work and also original cross section, longitudinal section etc. in token
of his acceptance. The working sections both longitudinal and cross of the ground shall be taken
by the Engineer-in-charge before the actual work is started. The contractor or his authorised
representative shall attend day to day levelling work and sign with date the field book daily, it
token of his acceptance. If there is any disagreement the contractor shall inform of it in writing to
the officer concerned with specific reference to the sections before starting further work. Once
the work is started, no cognizance of any complaint will be taken. Merely not signing of level
book shall not be deemed as disagreement. The Executive Engineer shall also verify levelling
work to the extent of 5% before commencement of earth work and on finalisation. The contractor
shall maintain the embankment by filling in ruts, rain cuts, depression due to shrinkage etc. to
proper formation and grade till this item is finally measured and accepted by the Department.
The measurements shall be taken on compacted earth work. If the compaction as stipulated in
para above is not done by the department int hat case shrinkage from such earth work quality
shall be deducted as norms i.e. 10 percent after monsoon and 15% before monsoon. However the
contractor shall have to bear loss of quantity due to all settlements as well as other types of
deformations etc. if any that might have taken place at the time of taking the final measurements
of this item.
11 The rate of earthwork includes, clearing jungles, dogbelling, fixing profiles, erecting
necessary pillars for stones for bench marks for levelling purpose, excavating earth from borrow
areas, breaking clods; conveying and spreading earth in layers with all lead and lift, finishing the
entire embankment and incidentals necessary to complete the work to the specifications. The
cutting stuff of cutting in ordinary soil, soft murrum, soft rock, hard murrum and hard rock shall
be utilised in embankment construction under this item within the lead specified in the particular
item. No payment shall be made under this item for the cutting stuff used in the embankment but
labour for cutting will be paid as per in the particular item, and only balance quantity of
earthwork brought from borrow areas will be paid in this item.
12 Measurement shall be taken & Paid in Cu.m.

ITEM NO. 2 OF SCHEDULE B7:

Graded Granular sub base (GSB)


Providing & laying Closed Graded Granular sub base (GSB) laying in uniform layer(each
layer should be less than 200 mm)of graded granular material consisting of black trap
machine cut crushed stone aggregate as per grading - V given in table 400-1 of the
specification MORT&H and compactor to the required density with 8 - 10 tonne vibratory
roller with plain drum or heavy pneumatic tyred roller of minimum 200 to 300 KN weight in
all seasons as per MORT&H , maintaining the required slope & grade during the operation as
approved by the engineer in charge & watering to the proper moisture content and

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
172

sprinkled with the help of truck mounted water tank fitted with suitable arrangement. (fully
saturated having CBR value minimum 30)

401 GRANULAR SUB-BASE


401.1 Scope
Thisworkshallconsistoflayingandcompactingwell-gradedmaterialonpreparedsubgradein
accordance with the requirements of these Specifications. The material shall be laid inone or
more layers as sub-base or lower sub-base and upper sub-base (termed as sub-base
hereinafter) as necessary according to lines, grades and cross-sections shown on thedrawingsor
as directed by the Engineer.
401.2 Materials
401.2.1 The material to be used for the work shall be natural sand, crushed
gravel,crushed stone, crushed slag, or combination thereof depending upon the grading
required.Useofmaterialslikebrickmetal,Kankarandcrushedconcreteshallbepermittedinthelowers
ub-
base.Thematerialshallbefreefromorganicorotherdeleteriousconstituentsandshallconformtotheg
radingsgiveninTable400-1andphysicalrequirementsgiveninTable400-2.Gradings III and IV shall
preferably be used in lower sub-base. Gradings V and VI shall beusedasasub-base-cum-drainage
layer.Thegrading tobeadopted foraprojectshall beasspecified in the Contract. Where the sub-
base is laid in two layers as upper sub-base andlowersub-base, thethickness ofeachlayershall
notbelessthan 150mm.
401.2.2 IfthewaterabsorptionoftheaggregatesdeterminedasperIS:2386(Part 3) is greater
than 2 percent, the aggregates shall be tested for Wet Aggregate ImpactValue (AIV) (IS:5640).
Soft aggregates like Kankar, brick ballast and laterite shall also betestedfor WetAIV (IS: 5640).
Table400-1:GradingforGranularSub-baseMaterials

IS PercentbyWeight Passingthe ISSieve


SieveDesignation
Grading I Grading IIGrading III Grading IV Grading V Grading VI

75.0mm 100 - - - 100 -

53.0mm 80-100 100 100 100 80-100 100

26.5mm 55–90 70-100 55-75 50-80 55-90 75-100

9.50mm 35-65 50-80 – – 35-65 55-75

4.75mm 25– 55 40-65 10-30 15-35 25-50 30-55

2.36mm 20-40 30-50 – – 10-20 10-25

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
173

0.85mm – – – – 2-10 –

0.425mm 10-15 10-15 – – 0-5 0-8

0.075mm <5 <5 <5 <5 – 0-3

Table400-2: PhysicalRequirementsforMaterialsforGranularSub-base

AggregateImpactValue(AIV) IS:2386 (Part 4)or IS:5640 40maximum

LiquidLimit IS:2720(Part 5) Maximum25

PlasticityIndex IS:2720(Part 5) Maximum6

CBRat98%drydensity IS:2720(Part 5) Minimum30 unless otherwise


(at IS:2720-Part8) specifiedintheContract

401.3 Construction Operations


401.3.1 Preparation of Sub-grade
Immediately prior to the laying of sub-base, the subgrade already finished to Clause 301
or305asapplicableshallbepreparedbyremovingallvegetationandotherextraneousmatter,lightly
sprinkled with water, if necessary and rolled with two passes of 80–100 kN
smoothwheeledroller.
401.3.2 Spreading and Compacting
The sub-base material of the grading specified in the Contract and water shall be
mixedmechanicallybyasuitablemixerequippedwithprovisionforcontrolledadditionofwaterand
mechanical mixing. So as to ensure homogenous and uniform mix. The required
watercontentshallbedeterminedinaccordancewithIS:2720(Part8).Themixshallbespreadonthepre
paredsubgradewiththehelpofamotorgraderofadequatecapacity,itsbladehavinghydraulic
controls suitable for initial adjustment and for maintaining the required slope andgradeduring
theoperation, or othermeans as approvedby the Engineer.
MoisturecontentofthemixshallbecheckedinaccordancewithIS:2720(Part2)andsuitablyadjusted
so that, at the time of compaction, it is from 1 to 2 percent below the optimummoisture
content.
Immediately after spreading the mix, rolling shall be done by an approved roller. If
thethicknessofthecompactedlayerdoesnotexceed100mm,asmoothwheeledrollerof80to100kNw
eightmaybeused.Foracompactedsinglelayerupto200mmthecompactionshallbe done with the
help of a vibratory roller of minimum 80 to 100 kN static weight capable ofachieving the
required compaction. Rolling shall commence at the lower edge and

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
174

proceedtowardstheupperedgelongitudinallyforportionshavingunidirectionalcrossfalloronsuper-
elevation. For carriageway having crossfall on both sides, rolling shall commence at theedges
andprogress towards the crown.
Eachpassoftherollershalluniformlyoverlapnotlessthanone-thirdofthetrackmadeinthepreceding
pass. During rolling, the grade and crossfall (camber) shall be checked and anyhigh spots or
depressions which become apparent, corrected by removing or adding freshmaterial.The
speedoftheroller shallnotexceed5kmperhour.
Rollingshallbecontinuedtillthedensityachievedisatleast98percentofthemaximumdrydensityforth
ematerialdeterminedasperIS:2720(Part8).Thesurfaceofanylayerof material on completion of
compaction shall be well closed, free from movement undercompaction equipment and from
compaction planes, ridges, cracks or loose material. Allloose, segregated or otherwise defective
areas shall be made good to the full thickness oflayer and re-compacted.
401.4 SurfaceFinishandQualityControl ofWork
The surface finish of construction shall conform to the requirements of Clause 902. Controlon
the quality of materials and works shall be exercised by the Engineer in accordance withSection
900.
401.5 ArrangementsforTraffic
Duringtheperiodofconstruction,arrangementsforthetrafficshallbeprovidedandmaintained
inaccordancewithClause112.
401.6 Measurementsfor Payment
Granularsub-baseshallbemeasuredasfinishedworkinpositionincubicmetres.
The protection of edges of granular sub-base extended over the full formation as shown
inthedrawingshallbeconsideredincidentaltotheworkofprovidinggranularsub-baseandassuch
noextra payment shall be made for the same.
401.7 Rate
The Contract unit rate for granular sub-base shall be payment in full for carrying out
therequiredoperations including full compensation for:
i) makingarrangementsfortraffictoClause112exceptforinitialtreatmenttoverges,shoulders
andconstructionofdiversions;
ii) supplyingallmaterialstobeincorporatedintheworkincludingallroyalties,fees,rentswhereap
plicablewithallleadsandlifts;
iii) alllabour,tools,equipmentandincidentalstocompletetheworktotheSpecifications;
iv) carryingouttheworkinpartwidthsofroadwheredirected;and
carryingout the required tests for quality control

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
175

ITEM NO. 3 OF SCHEDULE B7:

Wet Mix Macadam (WMM)


Providing, laying, spreading and compacting graded stone aggregate to wet mix macadam
specification including trimix the materials with water at OMC in mechanical mix plant
carriage of mixed materials by tipper to site laying in uniform layers (Layer should not be
more than 200 mm)with paver in sub base/base course on well prepared surface and
camber with Sensor paver consolidation by vibratory road roller to achieve the desired
density by using machine crushed chips as per required gradation mixing with required
optimum quantity of water including material, labour, plant and machinery and equipment
etc. complete.

406 WETMIXMACADAMSUB-BASE/BASE
406.1 Scope
This work shall consist of laying and compacting clean, crushed, graded aggregate
andgranularmaterial,premixedwithwater,toadensemassonapreparedsub-grade/sub-
base/baseorexistingpavementasthecasemaybeinaccordancewiththerequirementsoftheseSpecifi
cations.Thematerialshallbelaidinoneormorelayersasnecessarytolines,gradesandcross-
sectionsshown onthe approveddrawingsor asdirected bytheEngineer.
The thickness of a single compacted Wet Mix Macadam layer shall not be less than 75
mm.When vibrating or other approved types of compacting equipment are used, the
compacteddepthofasinglelayerofthesub-
basecoursemaybeupto200mmwiththeapprovaloftheEngineer.
406.2 Materials
406.2.1 Aggregates
406.2.1.1 PhysicalRequirements
Coarseaggregatesshallbecrushedstone.Ifcrushedgravel/shingleisused,notlessthan 90 percent by
weight of the gravel/shingle pieces retained on 4.75 mm sieve shall have atleast two fractured
faces. The aggregates shall conform to the physical requirements setforthinTable 400-12.
If the water absorption value of the coarse aggregate is greater than 2 percent, the
soundnesstestshall be carried out on the material delivered to site as per IS:2386 (Part-5).

Table400-12: PhysicalRequirementsofCoarseAggregatesforWetMix Macadam for Sub-


base/Base Courses

S. No. Test TestMethod Requirements

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
176

1) LosAngelesAbrasion value IS:2386(Part-4) 40percent (Max.)


orAggregateImpactvalue
IS:2386 (Part-4) 30percent (Max.)
orIS:5640
2) CombinedFlakinessandElongation IS:2386(Part-1) 35percent (Max.)*
indices(Total)
* To determine this combined proportion, the flaky stone from a representative
sampleshould first be separated out. Flakiness index is weight of flaky stone metal divided
byweightofstonesample.Onlytheelongatedparticlesbeseparatedoutfromtheremaining(non-
flaky) stone metal. Elongation index is weight of elongated particles divided by totalnon-
flakyparticles.Thevaluesofflakinessindexandelongationindexsofoundareaddedup.
406.2.1.2 Grading Requirements
TheaggregatesshallconformtothegradinggiveninTable400-13.
Table400-13:GradingRequirementsofAggregatesforWetMixMacadam

IS Sieve Designation Percent by weight passing the IS Sieve


53.00mm 100
45.00mm 95–100
26.50mm –
22.40mm 60–80
11.20mm 40–60
4.75mm 25–40
2.36mm 15–30
600.00micron 8–22
75.00micron 0–5

Materialfinerthan425micronshallhavePlasticityIndex(PI)notexceeding6.
Thefinalgradationapprovedwithintheselimitsshallbegradedfromcoarsetofineandshall notvary
from the low limit on one sieve to the high limit on the adjacentsieve or vice versa.
406.3 Construction Operations
406.3.1 Preparationof Base
Clause404.3.1shallapply.
406.3.2 ProvisionofLateralConfinementofAggregates

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
177

Whileconstructingwetmixmacadam,arrangementshallbemadeforthelateralconfinement of wet
mix. This shall be done by laying materials in adjoining shoulders along with that of
wetmixmacadam layer and following the sequence of operationsdescribed in Clause 404.3.3.
406.3.3 Preparation of Mix
WetMixMacadamshallbepreparedinanapprovedmixingplantofsuitablecapacityhavingprovisionfo
rcontrolledadditionofwaterandforced/positivemixingarrangementlikepugmillorpan type mixer
of concrete batching plant.The plant shall have following features:
i) Forfeedingaggregates–three/fourbinfeederswithvariablespeed motor
ii) Vibratingscreenforremovalofoversize aggregates
iii) ConveyorBelt
iv) Controlledsystem for addition of water
v) Forced/positivemixingarrangementlikepug-millorpantypemixer
vi) Centralizedcontrolpanelforsequentialoperationofvariousdevicesand preciseprocess
control
vii) Safetydevices
Optimum moisture for mixing shall be determined in accordance with IS:2720 (Part-8)
afterreplacingtheaggregatefractionretainedon22.4mmsievewithmaterialof4.75mmto
22.4 mm size. While adding water, due allowance should be made for evaporation
losses.However, at the time of compaction, water in the wet mix should not vary from the
optimumvalue by more than agreed limits. The mixed material should be uniformly wet and
nosegregation shouldbe permitted.
406.3.4 Spreading of Mix
Immediately after mixing, the aggregates shall be spread uniformly and evenly upon
thepreparedsub-grade/sub-base/baseinrequiredquantities.Innocaseshallthesebedumpedin
heaps directly on the area where these are to be laid nor shall their hauling over a
partlycompleted stretch be permitted.
Themixmaybespreadbyapaverfinisher.Thepaverfinishershallbeself-propelledof
adequatecapacity with following features:
i) Loading hoppers and suitable distribution system, so as to provide asmooth
uninterrupted material flow for different layer thicknesses fromthe tipper to the screed.
ii) Hydraulicallyoperatedtelescopicscreedforpavingwidthuptoto
8.5mandfixedscreedbeyondthis.Thescreedshallhavetampingand
vibratingarrangementforinitialcompactionofthelayer.

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
178

iii) Automaticlevellingcontrolsystemwithelectronicsensingdevicetomaintainmatthicknessan
dcrossslopeofmatduringlayingprocedure.
In exceptional cases where it is not possible for the paver to be utilized, mechanical
meanslikemotorgradermaybeusedwiththepriorapprovaloftheEngineer.Themotorgradershallbec
apable of spreading the material uniformly all over the surface.
The surface of the aggregate shall be carefully checked with templates and all high or lowspots
remedied by removing or adding aggregate as may be required. The layer may
betestedbydepthblocksduringconstruction.Nosegregationoflargerandfineparticlesshouldbeallo
wed.Theaggregatesasspreadshouldbeofuniformgradationwithnopocketsoffinematerials.
The Engineer may permit manual mixing and /or laying of wet mix macadam where
smallquantityofwetmixmacadamistobeexecuted.Manualmixing/layingininaccessible/remoteloc
ations and in situations where use of machinery is not feasible can also be
permitted.Wheremanualmixing/layingisintendedtobeused,thesameshallbedonewiththeapprova
lofthe Engineer.
406.3.5 Compaction
After the mix has been laid to the required thickness, grade and crossfall/camber the sameshall
be uniformly compacted to the full depth with suitable roller. If the thickness of
singlecompacted layer does not exceed 100 mm, a smooth wheel roller of 80 to 100kN
weightmaybeused.Foracompactedsinglelayerupto200mm,thecompactionshallbedonewiththehe
lpofvibratoryrollerofminimumstaticweightof80to100kNwithanarrangement
foradjustingthefrequencyandamplitude.Anappropriatefrequencyandamplitudemaybe
selected.Thespeedoftherollershall notexceed5km/h.
In portions having unidirectional cross fall/superelevation, rolling shall commence from
theloweredgeandprogressgraduallytowardstheupperedge.Thereafter,rollershouldprogressparall
eltothecenterlineoftheroad,uniformlyover-lappingeachprecedingtrackbyatleastone-third width
until the entire surface has been rolled. Alternate trips of the roller shall beterminatedin stops
at least 1 m away from any preceding stop.
In portions in camber, rolling should begin at the edge with the roller running forward
andbackwarduntiltheedgeshavebeenfirmlycompacted.Therollershallthenprogressgraduallytowa
rds the center parallel to the center line of the road uniformly overlapping each of
theprecedingtrackbyatleastone-thirdwidthuntiltheentiresurfacehasbeenrolled.
Anydisplacementoccurringasaresultofreversingofthedirectionofarollerorfromany
othercauseshallbecorrectedatonceasspecifiedand/orremovedandmadegood.
Along forms, kerbs, walls or other places not accessible to the roller, the mixture shall
bethoroughly compacted with mechanical tampers or a plate compactor. Skin patching of
anarea without scarifying the surface to permit proper bonding of the added material shall
notbe permitted.

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
179

Rollingshouldnotbedonewhenthesub-gradeissoftoryieldingorwhenitcausesawave-like motion in
the sub-base/base course or sub-grade. If irregularities develop during rollingwhich exceed 12
mm when tested with a 3 m straight edge, the surface should be
loosenedandpremixedmaterialaddedorremovedasrequiredbeforerollingagainsoastoachievea
uniform surface conforming to the desired grade and crossfall. In no case shall the use
ofunmixedmaterial bepermittedtomake upthe depressions.
Rollingshallbecontinuedtillthedensityachievedisatleast98percentofthemaximumdrydensityfor
the material as determined by the method outlined in IS:2720 (Part-8).
After completion, the surface of any finished layer shall be well-closed, free from
movementunder compaction equipment or any compaction planes, ridges, cracks and loose
material.Allloose,segregatedorotherwisedefectiveareasshallbemadegoodtothefullthicknessofth
e layer and re compacted.
406.3.6 Setting and Drying
Afterfinalcompactionofwetmixmacadamcourse,theroadshallbeallowedtodryfor
24hours.
406.4 OpeningtoTraffic
Novehiculartrafficshallbeallowedonthefinishedwetmixmacadamsurface.Construction
equipmentmaybeallowedwiththeapprovaloftheEngineer.
406.5 SurfaceFinishandQualityControl ofWork
406.5.1 SurfaceEvenness
Thesurfacefinishofconstructionshall conformtotherequirementsofClause902.
406.5.2 Quality Control
ControlonthequalityofmaterialsandworksshallbeexercisedbytheEngineerinaccordance
withSection 900.
406.6 RectificationofSurfaceIrregularity
Where the surface irregularity of the wet mix macadam course exceeds the
permissibletolerances or where the course is otherwise defective due to sub-grade soil getting
mixedwith the aggregates, the full thickness of the layer shall be scarified over the affected
area,re-shaped with added premixed material or removed and replaced with fresh
premixedmaterial as applicable and recompacted in accordance with Clause 406.3. The area
treatedin the aforesaid manner shall not be less than 5 m long and 2 m wide. In no case
shalldepressionsbefilledupwithunmixedandungradedmaterialorfines.
406.7 ArrangementforTraffic

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
180

Duringtheperiodofconstruction,arrangementsfortrafficshallbedoneasperClause112.
406.8 Measurementsfor Payment
Wetmixmacadamshallbemeasuredasfinishedworkinpositionincubicmeters.
406.9 Rate
The Contract unit rate for wet mix macadam shall be payment in full for carrying out
therequiredoperations including full compensation for all components listedin Clause 401.7.

ITEM NO. 4 OF SCHEDULE B7:

Providing and fixing pre-cast steel molded inter locking concrete paver block 80mm thick
with grade of concrete M-40 pneumatic compressed by mechanically pressed and as per
approved design including 35mm sand layer for levelling and filling the joint with sand in
proper line and level etc. competed as directed by Engineer-in-charge. (The side/End edges
paver blocks must be required machine cut).

Paver block of 80 mm thickness in M-40 Grade (as per I.S 15658-2006) Clause -5 and9.14
Paver block of 80 mm thickness in M-40 Grade (as per I.S 15658-2006) Clause -5 and 9.14
table no1 (III) of standard brand with quality, selected colour& design as approved by Engineer
in charge shall be used for the work. The specified compressive strength of block shall not be
less than 40N/mm2. At least one test report for every 1000 Nos of paver block shall be
submitted. The paver block shall be fixed as per drawing. Engineer in change will check the bed
thickness as per Specification & drawing and as per the IRC-SP-63 2004 TABLE NO 1. (III))
before laying/fixing of paver blocks. Line and level should be maintained during laying/fixing of
paver blocks. The item includes supply of paver blocks, laying of paver block as per drawing
including cost of all material and labor required for the work with loading unloading,
transportation Labor for fixing royalties, taxes VAT etc. complete. Excavation up to required
depth including shorting out and stacking of useful material including dressing of sides and
ramming of bottom including shorting, strutting, pumping out water if required including trench
filing in layers and ramming watering etc. and disposal of excavated soil as directed by EIC with
all lead and lift but within the same estate. The payment for this item shall be included at the unit
contract rate of paver block
Supply of machine cut metal (up to 40mm).
Collecting, carting, loading, unloading, stacking chattas on road side or as directed not exceeding
7.0 M3 with good approved quantity B.T. M/C Metal 40 to 50 mm size etc. complete as directed
including all taxes, insurance, Royalty, Octroi, testing etc. complete. All material shall be
crushed and shall consist of angular graded clean, hard durable black trap of uniform quality and
close texture throughout. It should be free from thin or flaky disintegrated stone etc. It shall be of
approved quality and quarries shall be approved in advance and shall be properly protected.
Inferior quality of materials are liable to rejected for material, all royalties, fees, duties and taxes
and other Government taxes are payable by agency and as when demand by department. It

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
181

should be produce in original. The test result 30 certificate to be obtained by agency from
approved Government Laboratory as per norms.
The size of B.T. M/C Metal 40 mm size as per standard gradation. It shall be stacked on side of
level ground and uniform size stacks as per direction. No deduction shall be made for voids. All
the stacks shall be suitably marked immediately on being measured and recorded by the Engineer
in Charge rejected materials at any place shall have to be transported by Contractor at his own
cost. The rate for this item shall include for materials collecting, transporting, and stacking, with
all lead and lift, royalty, making chattas, obtain test results, other Govt. taxes including all
labour, tools and equipment and incidental charges to complete the work as per specification.
The payment for this item shall be included at the unit contract rate of paver block.
Specifications for 60mm thick Interlocking Concrete Paving Blocks with ISI mark (IS
15658:2006).
Supply of High Strength high finish Interlocking Concrete paving blocks with ISI mark (IS
15658:2006), with
- Wear resistant aggregates colour coordinated aggregates in face mix.
- Colours specified by the architects, using UV resistant colour pigments from Lanxess.
- Optional: Premier Shield integral and topcoat treatment for satin finish, water and oil
repellence, reduction of algae, moss and efflorescence formation.

Sr. Parameters Minimum Requirements


1. Percentage Water Absorption Average not over 6%
2. Compressive strength Average not less than 400 Kg/cm2
3. Tensile Splitting Strength (as per EN Average not less than 3.6Mpa
1338)
4. Average wear in Thickness- Conforming to Grade ‘H’ of EN 1338
Abrasion
5. Tolerance in size (length + breadth) ± 1.5mm
6. Thickness of wearing layer Not less than 5mm
7. Tolerance in Thickness of block ± 3mm
8. Colours UV Light resistant fast colours from
Lanxess only to be used

The blocks must be manufactured on concrete paver blocks manufacted by vibro press
compaction technology using steel mould of approved quality and make coloured thick
only.

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
182

The blocks will be made using wear resistant materials in the face mix as specified by Engineer
in-Charge.
The colours of the blocks (wearing layer) will be as selected by the Engineer in-Charge.
The blocks must be cured in controlled environment to ensure efflorescence free material.
The manufacturer must have in house testing laboratory to carry out all testing including
Compressive strength testing, Tensile strength testing, Water absorption, abrasion resistance etc.
MODE OF MEASUREMENTS & PAYMENT
The contract rate shall be for a unit of one square meter.

ITEM NO. 1 OF SCHEDULE B8:

Providing & plantation of green belt trees by digging of pit size 1.5 x 1.5 x 1.5 feet, adding
soil, farm yard manuar, DAP, pesticide, plantation of sapling. Making proper tree basin &
putting proper support.

Planting of trees within 60 days from the date of work order in PP Areas / GS / Utility corridor as
per drawing or as directed by 1.5 feet X 1.5 feet holes, 1.5feet deep dug in the ground, mixing
the soil with decayed farm yard/sludge manure, planting the saplings having 2.0 M high 25.00
mm dia. stem as approved by the Engineer - in - charge, backfilling the trench, watering, incl.
making necessary & suitable protection works incl. required weeding, manuring, watering,
providing pesticide, soil working during the year as directed by the Engineer - in - charge,
guarding etc. (Payment will be made only Survived trees i.e., live trees)
Planting of Trees
Payment will be made only on Survived trees on completion of tree planting work incl. all
required works.
Planting of trees in PP Plots & GS as per drawing or as directed by 1.5 feet X 1.5 feet holes,
1.5feet deep deep dug in the ground, mixing the soil with decayed farm yard/sludge manure,
planting the saplings having 2.0 M high 2.5 cm dia. stem as approved by the Engineer - in -
charge, backfilling the trench, watering, incl. making necessary & suitable protection works incl.
required weeding, manuring, watering, providing pesticide, soil working during the year as
directed by the Engineer - in - charge, guarding etc. and maintaining the plants for the year etc.
(Payment will be made only Survived trees i.e. live trees)
The work shall consist of excavating 1.5 feet X 1.5 feet holes, 1.5feet deep pit at approved
location, purchasing the live saplings having 2 mtr. high & 2.5 cm. dia stem having well growth
from private or Govt. nursery, furnishing, planting, mixing of farm yard manure with soil,
application of farm manure, fertilizers & Pesticide, weeding, soil working, watering, protecting
and maintaining the planted plants for one years, which shall include the day to day upkeep of
the planted trees and the surroundings, attending the periodic work of providing Pesticide, farm
manure, fertilizer, weeding, soil working, watering etc. required for natural growth of plants &
protecting the plants during the contract period.

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
183

The live saplings having 2 mtr. high and 2.5 cm dia stem having well growth to be purchased
from private or Govt. nursery shall be of approved quality and type as approved by the Engineer-
in-charge and shall have acceptable growth to requirement set down by the engineer and shall be
practically free from undesirable matters.
The fertilizers & Pesticide shall be of approved make and quality.
Farm yard / sludge manure shall be of approved quality
Water used in watering the plant shall be cleaned and free from injurious amount of oils, acids,
alkaline, salt, sugar, organic materials etc. Potable water is generally considered satisfactory for
watering.
All materials involved in the work shall meet commercial grade standards and shall be approved
by the engineer before being used in the work.
The location of pits in the PP plots / GS etc. shall be obtained from the Engineer-in- charge.
The pits for tree planting shall be excavated to the specified dimensions and at approved location
on road side & PP plots / Green space etc. as directed by the Engineer. All clods larger than
25mm in diameter shall be crushed and packed as directed.
The work of mixing the soil with decade farm yard/ sludge manure shallbe carried out as directed
by the Engineer-in-charge. The farm yard at the rate of 0.06 m3 to 0.10 m3 or as directed shall be
spread and thoroughly incorporated into the soil surface as a part of the plant base preparation.
The prepared pits shall be moistened to the loosened depth, if not already sufficiently moist.
The operation of planting shall not be performed when the ground is muddy or when the soil or
weather condition would otherwise prevent proper soil preparation and subsequent operation.
Before starting the planting work, all prepared pits shall be got approved from the Engineer. All
plants shall be planted as directed by the Engineer-in-charge. Watering of the plant for three
years shall be carried out as determined by the Engineer.
The work of planting the saplings, watering, weeding, mulching, giving farm yard manure,
fertilizer & Pesticide etc. shall be carried out as per standard practice and as directed by the
engineer-in-charge.
After the plant has been laid in position, the surface shall be cleaned of loose excess soil and
other foreign material. Thereafter, a thin layer of the top soil shall be scattered over the surface
of top dressing and the area thoroughly moistened by sprinkling with water.
The work of watering, soil working, weeding, giving fertilizers, & Pesticide etc shall be done
with suitable means as approved by the Engineer-in- charge.
The contractor shall take all precaution and carry out all required operation for natural growth of
the planted trees.
MODE OF MEASUREMENT & PAYMENT:
The work of planting shall be measured on No. basis of only survive trees

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
184

The contract unit rate for planting shall mean payment in full for carrying out all the requirement
operation explain above incl. compensation for:
1. Furnishing all the materials to be incorporate in the works with all lead and lift and
All labour, tools, equipment’s and incidental to complete the work in accordance with the
specification.
The payment for planting shall be paid on No. basis of only survived trees

ITEM NO. 2 OF SCHEDULE B8:


Providing loam or clay soil od approved quality on site including labour for spreading and
mixing loam or clay soil or river silt evenly over excavated area and levelling the same after
breaking cloads etc. as directed by Engineer - in - charge.
Providing loam or clay soil of approved quality on site. The red garden soil should of good
quality and free from stones and pebbles. The contractor will submit the sample of the garden
soil to the engineer in charge for approval before supplying the same which will be retained by
him till the total supply is over. The contractor will intimate the engineer in charge well in
advance about his program of supplying of the garden soil to the site so that the engineer in
charge can make necessary arrangement to present at the time of un loading the truck who can
check the quality and quantity of the soil. The garden soil shall be un loaded and stack at the
required site. Actual quantity for payment shall be arrive after deduction 20% for voids loose
quantity. in case the red garden soil is not to the required quality, the same will be rejected and
no payment will be made for the same. Labour for spreading & mixing loam or clay soil of river
silt evenly over excavated area &levelling the same after breaking clods etc. (Rate for one cu.
mt. of soil) Spreading and mixing of loam or clay soil of river silt evenly over 10 cm Ploughing
area &levelling the same after breaking clods etc. as per directives of Engineer-in-charge and the
item includes all labour with required tools and plants etc. complete. During the spreading of
loam or clay soil take care that the slope will be maintain.
MODE OF MEASUREMENT & PAYMENT:
The payment shall be made for the providing loam / clay for spreading and mixing in garden
area. The rate is inclusive of loam / clay with all lead and labour for spreading and mixingthe
same in Garden area.
The contract rate shall be for a unit of one cubic meter

ITEM NO. 3 OF SCHEDULE B8:


Providing, mixing & spreading fertilizer Manuare as per directed Engineer in Charge
including labour for spreading and mixing the manure evenly with top 8 to 10 CM of area at
the rate of 5 Cu.mt. per 100 Sq. mt. area.
Providing Farm yard manure of approved quality on site. The farm yard manure should be well
decomposed and free from soil, grasses etc. and should be in dried condition. The contractor will
submit the sample of manure to the Engineer-in-charge for approval before supplying the same

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
185

which will be retained by him till the total supply is over. The item includes loading, unloading,
stacking at site etc. complete. The quantity of manure shall be arrived based on truck
measurement without deduction of any voids. In case the manure is not to the required quality,
the same will be rejected and no payment will be made for the same. Labour for spreading &
mixing the manure evenly with top 8 to 10 cm of prepared area at the rate of 5 cu. M. per 100 sq.
mtr. Area (Rate for 1 Cu. m. of manure) Farm yard manure of approved quality should be
provided of Cow/Buffalo dung. It should be free from all debris, bushes, grass roots, loose stones
etc. The item includes loading, unloading, stacking at site etc. complete. The item also includes
labour with all required tools and plants etc. and also spreading & mixing the manure shall be
done evenly with top 8 to 10 CM of prepared area at the rate of 5 Cu. M. per 100 sq. mtr. area.
Cow dung manure shall be stacked properly & measured before started spreading.
MODE OF MEASUREMENT & PAYMENT:
The payment shall be made for the providing, mixing & spreading fertilizer manure in Garden.
The rate is inclusive of providing, mixing & spreading fertilizer manure with all lead and labour
for the same in Garden area.
The contract rate shall be for a unit of one cubic meter

ITEM NO. 4 OF SCHEDULE B8:


Providing and Plantation of semi carpet lawn the scope includes prepared ground for
planting of lawn, soil spreading, mixing of soil & manuare, rolling the same etc. comp.Labour
cost for lawn Plantation Sami carpet lawn cost including carting, loading & unloading at site
etc and includes required dose of pesticides & Antitermite treatment Labour charges for
maintenance of semi carpet lawn including tools & tackles.
Lawn Plantation
Lawn (Semi Carpet) Plantation work which included excavation the area up to the depth of 20 to
25 cm removing all excavated soil and dump as directed up to lead of 500 mt. Distance and also
removing all in wanted material like brick bats, grass roots stumps stone etc., breaking the clods
leveling the area providing and mixing 23cm layer of the local fertile filed soil free from stone,
grass roots etc., and providing and mixing farm yard manure @ the rate of 5.0 cmt/100 sq.mt
mixing the same with layer of soil leveling rolling, pre planting, watering etc., and planting the
lawn grass of approved variety at 10x10 cm distance etc.
The work shall be carried out as per instruction of Engineer- in charge. The sample shall be got
approved from Engineer in charge before execution of work
MODE OF MEASUREMENT & PAYMENT:
The payment shall be made for Providing and Plantation of semi carpet lawnthe in-garden area.
The rate is inclusive of prepared ground for planting of lawn, soil spreading, mixing of soil &
manure, rolling the same with labour for the same in garden area.
The contract rate shall be for a unit of one square meter.

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
186

SCHEDULE – B.

Ite Description of Item Qty Unit Amount


m
No.
1 2 3 4 5
BOQ - 1 RCC ESR
1 Designing structurally (and aesthetically) complying 1 Job 25,48,553.32
provisions of relevant Indian standards and
constructing RCC Elevated service Reservoir of shaft
type structure of the following capacity and height ,
using data of S.B.C of proposed site, Seismic zone,
Wind speed Zone. Including
(1) Container shape any suitable type(strictly as
directed by Engineer in Charge)
(2) Staging consisting of column brace trestle / shaft /
combination column- brace trestle and shaft as
appropriate(as directed by Engineer in-charge)
(3) Appropriate foundation system. This includes
excavation in all types of soil strata (including hard
rock), casting100 mm thick P.C.C. levelling course in
M-10, Refilling the pit with proper soil and disposing
of the surplus stuff within Estate as directed by
Engineer in Charge.
(4) This will also include cement plaster in CM 1:2
with approved water proofing compound to inside
face of container.
(5) All types of labour & material charges of lowering,
laying, erecting / hoisting & joining of pipe assembly
of Inlet, Outlet pipe with Air Vent Pipe above FSL,
overflow pipe, washout and bye pass arrangement
and extra Outlet pipe with Air Vent Pipe above FSL,
overflow pipe, washout and bye pass arrangement as
per typical Schematic Drawing and instruction of
Engineer in Charge & hydraulic design and including
All required valves and chambers for the same
(6) Providing and fixing accessories (specified) like SS
Ladder CI Manhole frame and covers, water level
indicator, lightening conductor, SS Pipe railing
around walk way, at roof level, at gallery and around
landing of inside shaft, adequate cowl type
ventilators or lantern type ventilator with stainless
steel jali.
(7) Scope of work includes constructing RCC spiral
staircase with adequate tie beams, staircase footing,

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
187

RCC chambers for valves. Ventilating shaft and


ventilators as well as door in shaft or the system
directed by Engineer in Charge.
(8) Including providing and applying three coats of
Weather proof Epoxy Paint (as specified) to the
whole structure.
(9) It also includes satisfactory water tightness test as
per relevant I.S. Code and painting name of scheme
& capacity on the tank as per direction of engineer in
charge.
List of relevant Indian Standards for design of ESR:
(1) I.S. 3370 part I to II 2009 or latest revised
(1.1) I.S. 3370 part I to IV 1965 or latest revised
(2) IS 456-2000 or latest revised
(3) IS 11682- 1985 or latest revised
(4) IS 1893-2002 part I to V or latest revised
(5) IS 13920-1993, or latest revised
(6) IS 875 part I to III,1987 or latest revised
(7) IS 11089- 1987 or latest revised
General specifications:-
(1) The min. concrete grade for RCC shall be M:30
proportion of concrete ingredients shall be as per
Mix design using weight batching.
(2) HYSD (Fe 415) or higher grade reinforcing bars
confirming to IS 1786/1139 or CRS /TMT bars shall be
used as per detailed specification or directed by
engineer in charge.
(3) Incase of column - brace trestle type staging
having more than 6 column internal horizontal
bracing is obligatory. One bracing shall be at
foundation level in case of individual footings.
(4) Min. size/ thickness of various components shall
be provided as per design criteria/specifications (as
per std. practice directed by Engineer In Charge)
(5) Minimum dimensions specified for various
components in tender data/ specifications shall be
provided without fail.
(6) SBC to be carried out before execution of work
for design purpose. The same shall have to be carried
out after excavation depth reaches with certificate of
consultant or soil testing agency invariably
confirming that soil strata & SBC and Other Soil
Parameters are as considered for design.
(6a) Termite treatment if to be carried out with
odour free type techniques and shall be guaranteed
for 10 years

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
188

(7) Maximum spacing between horizontal bracings


shall be 5 m (storey height).
(8) The BB masonry cabin with MS door shall be
constructed when spiral staircase is outside the
staging, if Engineer in charge instruct to do so.
(9) S.S. 316 ladder shall be provided and fixed for
access to roof when height of roof from G.L. is up to
10M for ESR having more than 10 M height RCC
spiral staircase or suitable RC staircase shall
constructed as directed by Engineer in Charge.
(10) For ESR -having staging height more than 15 M
the spiral staircase shall be provided inside the
staging with effective tie beams in more than one
direction.
(11) Water level indictor shall be provided and fixed
float type/ electronic (as specified).
(12) The rate shall include providing and fixing pipes,
specials and valves required for inlet, outlet,
washout, overflow and bye pass arrangement. The
scope of work includes constructing supporting RC
pillars ,erecting, laying, fixing and joining pipes and
specials etc. up to 5m length from face of staging
(outer most column or as directed by Engineer In
Charge).
The extra puddle for inlet and outlet pipe in ESR to
be made. The outlet pipe shall have to be (BOTH)
extended in ESR at least 1m above FSL by using TEE.
(13) All Inlet Pipes, Outlet pipes, overflow pipes and
additional set of Outlet& Overflow pipes shall be of
DI K9(DF) pipes & specials also shall be of CI only be
used.
(14) The rate shall include cost of dewatering during
execution making wall arrangement and any
dewatering technic.
(15) The structure shall be designed properly for
uplift due to ground water table specified in data or
GWT met with during execution. No extra shall be
paid.
(16) Effective curing shall be carried out as per
specifications.
(17) Agency shall engage qualified (at least graduate)
consulting engineer for designing the structure and
he/she shall visit the site for guidance of work as and
when required but at least 3 times.
(18) 75% part rate shall be payable for Concrete,
Reinforcement and Plastering items of container

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
189

until satisfactory hydraulic testing for water tightness


is performed as per tender condition. Till then the
wok shall be treated as incomplete.
Above conditions/general specifications Sr. No. 1 to
17 are part and parcel of tender (contract).
(19) Extra Inlet pipe, Outlet Pipe, Sluice Valve & Air
Valve is to be provided as per drawing and directed
by Engineer-in-Charge.
ESR (1.80 Lakh liter capacity) & staging Height 15 M
1.0 Lakhs capacity rate upto 12.0 M height = Rs
1789196.12
Addition 80000 liter capacity rate = 80000*8.62
= Rs 689600.00
Add for Extra hight of 3.0 Meter = 180 *3*129.18 =
Rs 69757.2

Total 25,48,553.32
BOQ -2 RCC Sump
1 Preparing structural design of RCC Under Ground / 1 Job 29,83,196.43
Partially underground / above high ground level
Reservoir of Rectangular Shape and of required
capacity as per relevant I.S. and constructing the
same, including excavation in all types of soil strata
(including rock) including shoring strutting if
required, for loose soil / to protect from collapse due
to nearby traffic load, casting 100 mm thick P.C.C.
levelling course in M-10, Refilling the pit with proper
soil and disposing of the surplus stuff within a lead of
50 meters. Including cement plaster in CM 1:2 with
approved water proofing compound to inside water
touching surface to container. Including all types of
labour and material charges of lowering, laying,
erecting / hosting and jointing of pipe assembly to
inlet, outlet overflow, washout and bye pass
arrangement as per hydraulic design.
Providing and fixing accessories like MS / GI Ladder,
CI Manhole frame and cover, water level indicator,
adequate cowl type ventilators or lantern type
ventilator with stainless steel jali.
B.B. Masonry chambers for valves. Providing and
applying three coats of cement paint / snowcem to
the outside face of structure. It also includes
satisfactory water tightness test as per relevant I.S.
code and painting name of scheme and capacity on

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
190

the tank as per direction of engineer in charge.


List of Indian Standards for Design of GSR / SUMP:
The structural design of GSR shall be in accordance
with provisions relevant I.Ss.
(1) I.S. 3370, Part – 1 to 4, 1965 or latest revised.
(2) I.S. 456 – 2000 or latest revised.
(3) I.S. 1893 – 2000 – 1984 or latest revised.
(4) I.S. 875, Part – 1 to 3, 1987 or latest revised.
General specifications:-
(1) Water depth in container shall be adopted as per
data of tender. If water depth is not specified the
suitable water depth acceptable to field engineer in
accordance with hydraulic requirement it shall be
adopted for capacity.
(2) Shape of container (in plan) specified by in data
shall be adopted in absence Rectangular shape shall
be adopted.
(3) Size shall be fixed as per availability of space (land
area) at site / acceptable engineer in charge.
(4) Effect of overlapping of pressure bulbs on soil due
nearby structure and proposed sump should be
considered.
(5) Care shall be taken that no damage should occur
to nearby existing structure. Compensation shall be
paid for same by agency.
(6) The minimum concrete grade for RCC shall be
M30.
(7) HYSD Fe 415/500 grade reinforcing bars
confirming to I.S.1786/1139 shall be considered in
design. CRS/TMT bars shall be provided. In saline
atmosphere corrosion resistance stainless steel / HCR
rebar shall provide. Any other steel can be used with
approval of C.E. / in situation of non-availability in
market without extra cost.
(8) Minimum size (or thickness) of various
components shall be provided as per tender criteria
/specifications in absence as per I.S./Std. practice of
G.W.S.S.B. minimum dimensions specified for various
components in tender data/ specification shall be
provided without fail.
(9) SBC to be carried out before execution of work
for design purpose. The same shall have to be carried
out after excavation depth reaches with certificate of
consultant or soil testing agency invariably
confirming that soil strata & SBC and Other Soil
Parameters are as considered for design.

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
191

(10) CI pipes and specials shall only be used if type is


not specified in tender.
(11) The rate shall include cost of dewatering during
excavation making all arrangement when water table
meets within depth.
(11a) Also, the rate shall include cost of Submersible
type mud pump for cleaning of the sump.
(12) The structure shall be designed properly resist
uplift due to ground water table specified in data or
actual ground water table meets within during
excavation. No extra shall be paid. If GWT/ uplift is
mentioned in tender and during excavation it does
not meet 7.5 % rate shall be reduced.
(13) SS pipes railing with SS Posts shall be provided
wherever required and directed by Engineer in
Charge.
(14) Appearance of structure should be aesthetically
good looking acceptable to authority.
(15) Any charge in size, shape, depth bellow GL,
height above GL, water depth, F.B., size of member
etc. can be permitted in exceptional case due to sight
condition or hydraulic design requirement by
Engineer in Charge. No extra shall be paid for charge.
(16) Any charge in data , dimensions, shape, water
depth , reduction in size is permitted by competent
authority and if it reduces quantity then payment
shall be reduced prorate.
(17) When capacity of GSR / sump is >20 lakh liters
two or suitable compartments acceptable to
Engineer in Charge shall be designed and provided.
(18)Agency shall engage qualified (at least graduate)
consulting engineer for designing the structure and
he/she shall visit the site for guidance of work.
(19) 75% part rare shall be payable for concrete,
reinforcement and plastering items of container until
satisfactory hydraulic testing for water tightness is
performed as per tender condition. Till the work shall
be treated as incomplete.
Above condition/ general specifications Sr. No 1to 19
are part and parcel of tender (contact) and prevail
over other provisions in tender.
Above conditions/ general specification Sr. No. 1 to 9
are part and parcel of tender (contact) and prevail
over other provisions in tender.
With Water Table
10.00 Lacs capacity

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
192

Total 29,83,196.43
BOQ-3 Pump House
1 Designing (aesthetically) and constructing Pump 40 Sq.Mtr 8,03,702.80
room & Panel Room at different locations as decided
by Engineer-In-Charge with positive & Negative
section With Gantry in pump room including doors &
windows of aluminium section and window grill of
iron, rolling shutter etc. complete up to floor to
height 9.00 m in pump room & same height in Panel
Room Pump Room Floor is IPS with Iron Ore
Hardener & Panel room Floor is Mirror Polished
Kotastone of min. cut Size of 16" x 22".
It also include RO Water Purifier System and Mirror
Polished Kota stone Sandwiched Granite Platform of
total 6 m length x 0.75 m width with Mirror Polished
Kotstone Sandwiched single piece Supports spaced
as directed by Engineer in Charge With Ceramic Sink
at each Pumping Station. Ladders and Railings with
vertical Posts at All the Pumping station shall be of SS
304 Material Including Toilet with Septic Tank & Soak
pit & 1000 litre HDPE water storage tank & their
required connections. (At two Different locations)
With Gantry - 9.0 m height room
With Gantry - Up to 6.00 m (Plinth Level to Slab
Beam Bottom) Rs. 612068.80
Add for every 1.00 m above 6.00 m Rs. 1,91,634.00
Total 8,03,702.80
BOQ -4 Distribution Network
1.0 RCC Flow meter/ BF/ Sluice/ Air Valve Chambers at 13.00 No 5,59,932.23
1 Various Locations
Construction of cast in situ M25 RCC Flow meter/ BF
Valve/ Sluice Valve chambers of required size having
wall thickness, Bottom slab thickness and top slab
thickness as per drawing, including minimum
reinforcement of FE500 TMT and bottom base
cement concrete(PCC) (1:3:6) as per detailed drawing
& specification and as per instruction of Engineer-in-
charge including cost of excavation, refilling, curing,
top man hole cover of precast concrete M-20,
providing & fixing of Heavy Duty PVC Steps in Wall
Concrete etc.
1.5 m x 1.5 m x 2.0 m size
1.0 Extra Depth beyond specified depth of Chamber 6.50 No
2 1.5 m x 1.5 m x 2.0 m size 1,39,983.09

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
193

2 SLUICE VALVE : Supply, Install, Testing & 4.00 No


Commissioning of double flanged PN-1 with hand 31,444.00
wheel/cap operated Sluice Valve generally
conforming to IS :14846/780 / IS : 2906, having
body, door, cover in graded cast iron to IS:210, FG :
200, inside screw non-rising spindle of stainless steel
- AISI 410, Body and door seat (four) ring of stainless
steel CF-8. Spindle nut of leaded TIN bronze grade
LTB: 2 to IS: 318. Valve seat tested to 10 kg/cm2 and
body to 15 kg/cm2 flanges machined faced and
drilled to IS: 1538 / 1976 Part-IV/VI. Hydraulic tests
certificate & certificate of material of construction of
parts shall be submitted before despatch of valve of
following class and diameter including all taxes,
insurance, transportation, freight charges, octroi,
inspection charges, loading, unloading, conveyance
to site, stacking etc. complete rate for sluice valve
including followings but Without Actuator. Also,
including SITC of expansion bellow of corrogate
design, stainless steel expansion bellows with
flanges, 15 mm axial movement having tie rosa, nuts
etc. complete of same dia including all taxes,
insurance, transportation, freight charges, octroi,
inspection charges, loading, unloading, conveyance
to site, stacking etc. complete rate for sluice valve
including fixing in position
Sluice valves as per IS :14846 /780 / IS : 2906 (PN
1.0) with ISI Mark-Hand wheel/Cap operated and
including SS Expansion Bellow
100 mm dia. Sluice Valve
2.0 200 mm dia. Sluice Valve 1.00 No 17,513.00
2

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
194

3 Providing and fixing in position and jointing of cast 8.00 No


steel temper proof Kinetic Double Orifice Cast Steel 1,46,075.60
Tamper Proof non- tamper Air release valve with
isolating sluice valve of PN1.6 type, flanged ends
high performance CI air valves for water combination
type (Air release valve non tempering type) having
double ball, double orifice with stainless steel ball,
tamper proof air vents rolling seal mechanism for air
release and anti-vacuum application, having flat
faced flanges and drilled to IS : 1538 / Part-IV /VI.
Hydraulic tests certificate & certificate of material of
construction of parts shall be submitted before
despatch of valves. (Rate to include cost of gaskets,
bolts, nut and any other materials required for
jointing and its transportation etc. including all taxes
and duties. With required accessories, erection
hardware, necessary mounting supports etc.
complete, including all taxes, insurance,
transportation, freight charges, octroi,, inspection
charges, loading, unloading conveyance to site of
work stacking etc. complete with Double flanged
Class DI-k7/k9 pipes for raising air valve upto 0.5 mt
from crown of pips as per IS-1536 with internal &
external epoxy painting including connecting main
pipe etc. complete.
50 mm dia Air Valve
4 Thrust Block 40.500 cum
Providing and Casting in situ C.C. grade M-20 2,14,326.00
(proportions shall be as per mix design or as per
Table 9 of IS 456 in mass by weigh batching) using
granite, quartzite trap metal of size 6 mm to 20 mm
for RCC work, including scaffolding, centering,
formwork, needle vibrated consolidation, curing etc.
complete up to 6 meter depth or Height (Excluding
cost of reinforcement & Form work)
4.0 Supplying, cutting, bending, binding & placing in 2.030 MT
1 position steel as per plan and design and as per ISS 1,57,333.12
2502 including cost of steel and binding wire for
structures only including lift up to 6.0 meter height
or depth below GL for all diameters.
Do ---- deformed TMT bars confirming to relevant IS
Fe - 500 grade for all diameter

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
195

5 Drilling of following dia. Horizontal borehole for 75.00 Rmt


water main pipeline crossing under the Road/ 6,87,450.00
Railway Track/ Oil/ Gas/ Utility pipeline incl. in all
strata with required length incl. fixing of following
mentioned dia. & required thk. Submerged Arc
Spirally welded MS casing pipe & Thickness as per
below with pushing etc. complete including Red
Oxide Painting on internal & External sides for
various size of pipe of DI/ HDPE/ MS waterman
crossing as per concerned authorities' requirements
and specification in all strata with required length
incl. work shall be carried out as per instruction &
under supervision of engineer in charge with all
material labour, fabrication, hydraulic testing of pipe
etc. complete.
600 mm dia Horizontal bore hole for, 500 mm dia
MS/ IRS casing pipe 8 mm thk
6.0 Providing & supplying DI Pipes for following nominal 1735.0 Rmt
1 bore diameter with internal cement mortar lining all 0 20,50,561.80
Taxes, Insurance, Transportation, Freight Charges,
Octroi, Inspection Charges, Loading, Unloading,
Conveyance to Department's Stores, Stacking,
Including Providing, Supplying of Specials &
accessories & also including Laying and Joining of DI
Pipes & Specials & accessories etc. complete (IS
8239-2000 and its latest amendments. Rate for DI
Pipes based on Wholesale Price Index of Pig Iron as
102.4 for the month of July-2020 including Lowering,
Laying, Jointing the DI Pipes & specials etc. complete
for Tyton joints in proper position, grade and
alignment as directed by Engineer in charge including
Excavation for pipe trench incl. all safety provisions
using site rails and stacking excavated stuff up to any
lead & lift directed by Engineer in Charge, Cleaning
the site etc. complete for all strata, with selected
excavated earth bedding of 200 mm thickness in
trenches& Refilling the Pipeline trenches incl.
ramming, watering, consolidating, deposal of surplus
stuff as directed within Project area, including hydro
testing etc. complete as per approved design and
drawing by Engineer in Charge or his Authorised
Representative/s.
For Following Nominal Diameter DI-K7 Pipes
100mm
6.0 150mm 80.00 Rmt
2 1,36,141.60

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
196

6.0 200mm 45.00 Rmt 96,793.20


3
Total 42,37,553.64
BOQ-5 Bore Well
1 Drilling of pilot bore hole in all strata by mud flush DR 600.00 RMT
rig 300 mm diameter with lowering of pipes, 5,19,342.00
including jointing, welding etc. labour of cement
slurry, sand and gravel packing and development of
bore with air compressor of required capacity
vertically etc. complete bore shall stand up un-
ceased at least 71 hours complete. (pilot 250mm
drilling)
2 Reaming of 250/300 mm diameter pilot bore 600.00 RMT
including assembling, lowering, housing, casing 3,21,180.00
stainer pipes with gravel packing, clay packing etc.
(550 mm diameter).
3 Manufacture Supply and delivery of ISI marked ERW 400.00 RMT
M.S pipes conforming to IS 4270/2001 with latest 14,42,280.00
amendment rates are exclusive of GST (b) 250 mm
dia ( Min.7.10 mm thickness)
4 Steel bent plate suitable to 250mm diameter ERW 900.00 No
pipes etc. size 200 X 150 X 6 mm etc. complete. 82,537.20
5 Supplying of Gravel selected size 4mm to 6 mm size 102.00 CUM
OR as suggested by Geohydrologist after 2,09,027.58
Eloctrologging test at site of work etc. complete.
6 Manufacture, supply and delivery of cage type 160 RMT
Trapezoidal shape ('V') wire or as per eloctrologgical 4,94,172.80
test wound low carbon, Galvanized screen pipe and
Stainless Steel Screen pipes, confirming IS: 8110 or
.as suggested by Geohydrologist after Eloctrologgical
test Rates are exclusive of GST
7 Supply of Clamps made from M.S. plate with three 2 Pair
holes on either sides with bolts and nuts and washers 4,075.82
of standard and approved make size 900mm X
100mm X 16 mm flat suitable for 250 mm diameter
pipes etc. complete.
8 Supply of M.S. Bail plug having length of 0.45 m from 2 No
medium class pipe suitable for 250 mm diameter 2,130.05
pipes etc. complete.
9 Bore plug having 100 mm height made from MS plate 2 No
with 3 holes at equal distance on circumference for 2,323.25
nut -bolts type locking arrangement with nut-bolts &
lock nuts of std make complete. From 5 mm thick
M.S plate ( for top also) suitable for 250 mm dia pipe

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
197

10 Supply of Clay balls size of 25mm to 50 mm diameter 60 Cu.m.


made from sticky clay etc. complete. 45,510.60
11 Development of each water bearing zone coming 2 Job
across up to the depth of bore well ( tube well ) of by 56,109.54
lowering 100 mm diameter drop line and 32 mm
diameter G.I. air line for each zone with suitable
capacity Air Compressor up to availability of sand
free discharges etc. complete.
12 Electro logging of bore as directed by the Engineer - 2 Hr
in - charge etc. complete. 36,360.00
13 Charges of Air Compressor capacity of 1100CFM 12 Hr
300PSI (Double) etc. complete for 6.00 hours job etc. 1,27,466.04
complete.
14 Pumping test of the tube well by 70.00 H.P. 2 Job
submersible pump test with D.G. set for 72 hours etc. 1,98,636.70
complete.
15 Supplying of Portland cement at store or site of work 6.34 MT
including all taxes, loading, unloading, carting 41,365.97
insurance etc. completed.
(laying should be done as per logging report)
16 Cement Sealing by means means of mud pumps 2 Job
without cost of Cement etc. Completed(Sealing 26,811.46
should be done as per logging Report)
Total 36,09,329.01
BOQ - 6 Compound Wall
1 Excavation for foundation up to 1.5 m depth incl. 400.00 Cum
sorting out & stacking of useful material incl. dressing 27,876.00
of sides & ramming of bottom incl. sorting, pumping
out water if required with all required lead & lift etc.
complete.
A) : IN ALL SORTS OF SOIL & SOFT MURRUM
2 Excavation for foundation 1.5 to 3.0 mt depth incl. 211.00 M3
sorting out & stacking of useful material incl. dressing 16,303.97
of sides & ramming of bottom incl. sorting, pumping
out water if required with all required lead & lift etc.
complete.
A) : IN ALL SORTS OF SOIL & SOFT MURRUM
3 P/L rubble soling with sand in foundation below PCC 79.00 Cum
and watering and compacting the same etc. 55,458.00
complete as directed.
4 Providing and laying cement concrete 1:3:6 (1- 31.00 M3
Cement: 3- coarse sand: 6- hand broken stone 73,586.87
aggregates 40 mm nominal size) and curing complete
excluding cost of formwork in (A) Foundation and
Plinth.

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
198

5A Providing and laying controlled cement concrete M- 131.00 M3


200 for RCC work as per detailed drawings including 4,87,570.21
centering, shuttering, machine mixing, vibrating,
scaffolding, curing, centering having double or more
height wherever required & finishing etc. but
excluding cost of reinforcement etc. complete at all
levels for (Only fresh ply shall be use)
(A) : FOOTING
5B (B) : COLUMN 31.00 M3
1,98,964.20
5C (C) : PLINTH BEAM 35.00 M3
1,54,788.90
5D (D) : COPPING 13.00 M3
51,859.21
6 Providing TMT Bar FE 415 reinforcement for R.C.C. 24330. Kg
work including bending, binding and placing in 00 15,73,421.10
position complete up to floor two level
7A Brick work using common burnt clay building bricks 111.00 M3
of IInd class having crushing strength not less than 35 2,80,664.61
kg/cm2 for foundation & plinth and superstructure
up to two floor level in C.M. 1:6 (1-cement: 6-coarse
sand) incl. racking out joints 20mm deep to expose
faces & the joints should be struck flush to expose
faces incl. Curing, scaffolding etc. complete.
(A) Between GL to Road level
7B (B) Super structure up to floor two level 67.00 M3
1,80,111.41
8 P/L 20mm thick sand faced plaster on wall up to any 770.00 M2
height consisting of 12mm thick backing coat of 1,50,920.00
cement mortar 1:3 (1-cement, 3 sand) & 8mm thick
finishing coat of cement mortar 1:1 (1-cement, 1-
sand) etc. complete.
9 Providing & laying 15 mm thick cement plaster in 707.00 M2
single coat in CM 1:3 (1-cement : 3-sand) on rough & 79,000.18
fair side of RCC / brick masonry, ceiling, any other
surface for interior & exterior plastering as per
architectural design / drawings incl. making 10 x 10
mm or as specified grooves as per pattern given in
the architectural drawings incl. drip molding &
finished even and smooth with neat cement slurry
incl. racking out joints, cleaning, curing, scaffolding,
etc. complete at all floor levels

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
199

10 External wall painting (one coats of priming coat + 1477.0 M2


two coats of paint) with APEX exterior paint of Asian 0 1,32,265.35
paints or equivalent of required shade or equivalent
including a priming coat of primer of approved brand
and manufacture on wall & any other surfaces to give
an even shade after thoroughly brushing the surface
& making the surface free from mortar droppings
and other foreign matter and sand papered smooth
incl. filling the all small holes, cracks, open joints,
undulations and similar other minor defects of every
kind with readymade putty of approved brand and
manufacture and rubbed smooth with sand paper
incl. nece. scaffoldings etc. complete at all floor
levels

11 Providing and fixing iron compound gate as per 561.00 Kg


design and given drawing with bolts nuts, locking 32,538.00
arrangements, stoppers, holdfasts, handles, aldrops
etc. incl. cost of welding, cutting etc. using the M.S.
pipes (Heavy duty), angles, flats etc. as per drawing
incl. fixing in RCC. Column etc. incl. applying a
priming coat of red lead paint and three coats of
approved synthetic enamel paint etc. complete.

12 Providing and Fixing 'U' Shaped Barbed wire fencing 180.00 Rmt
on Existing compound wall top with vertical angle of 1,03,377.60
50x50x6 mmx0.45 Mtr height, two cross angles
50x50x6 mm x 0.40 Mtr. Length, , two vertical angle
50x50x6 mm x 0.45 Mtrhaving 1 Horizontal rows , 2
horizontal rows at each side of cross angles ,and 2
horizontal rows at each side of vertical angle and 1
horizontal rows at top side of barbed wire and @
0.10m c/c Spiral turns in each 27 mtr in length each
3.00m span and 750 mm effective dia, horizontal and
two diagonal barbed wire rows on each cross angles
incl. cost of barbed wires, necessary GI stapplings,
fixing in C.C. (1:2:4) blocks of 0.35x0.35x0.30 Mtr.
size on top of compound wall, painting angles with
one coat of anticorrosive primer and two coats of
enamel paint of approved quality, necessary
scaffolding etc. complete as per the direction of the
Engineer in Charge.

Total 35,98,705.61

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
200

BOQ-7 Paver Block


1 Earthwork using available excavated earth for 3000.0 Cumtr
embankment including breaking clods, dressing with 0 4,73,070.00
all lead and lift and including watering rolling and
consolidation of subgrade in layers at O.M.C. to
required dry density including filling the depression
which occur during the process using power roller 8T
to 10T. From borrow area within estate.
2 Graded Granular sub base (GSB) 248.40 Cumtr
Providing & laying Closed Graded Granular sub base 2,50,846.74
(GSB) laying in uniform layer(each layer should be
less than 200 mm)of graded granular material
consisting of black trap machine cut crushed stone
aggregate as per grading - V given in table 400-1 of
the specification MORT&H and compactor to the
required density with 8 - 10 tonne vibratory roller
with plain drum or heavy pneumatic tyred roller of
minimum 200 to 300 KN weight in all seasons as per
MORT&H , maintaining the required slope & grade
during the operation as approved by the engineer in
charge & watering to the proper moisture content
and sprinkled with the help of truck mounted water
tank fitted with suitable arrangement. (fully
saturated having CBR value minimum 30)
3 Wet Mix Macadam (WMM) 248.40 Cumtr
Providing, laying, spreading and compacting graded 3,08,987.24
stone aggregate to wet mix macadam specification
including trimix the materials with water at OMC in
mechanical mix plant carriage of mixed materials by
tipper to site laying in uniform layers (Layer should
not be more than 200 mm)with paver in sub
base/base course on well prepared surface and
camber with Sensor paver consolidation by vibratory
road roller to achieve the desired density by using
machine crushed chips as per required gradation
mixing with required optimum quantity of water incl
material, labour, plant and machinery and
equipment etc. complete.
4 Providing and fixing pre-cast steel molded inter 993.60 Sqmtr
locking concrete paver block 80mm thick with grade 8,99,068.90
of concrete M-40 pneumatic compressed by
mechanically pressed and as per approved design
including 35mm sand layer for levelling and filling the
joint with sand in proper line and level etc competed
as directed by Engineer-in-charge. (The side/End
edges paver blocks must be required machine cut).

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar
201

Total 19,31,972.88
BOQ -8 Tree Plantation
1 Providing & plantation of green belt trees by digging 100.00 Nos.
of pit size 1.5 x 1.5 x 1.5 feet, adding soil, farm yard 10,839.00
manuar, DAP, pesticide, plantation of sapling. Making
proper tree basin & putting proper support.
2 Providing lawn or clay soil od approved quality on 240.00 Cum
site including labour for spreading and mixing loam 47,541.60
or clay soil or river silt evenly over excavated area
and levelling the same after breaking cloads etc. as
directed by Engineer - in - charge.
3 Providing, mixing & spreading fertilizer Manuare as 240.00 Cum
per directed Engineer in Charge including labour for 87,271.20
spreading and mixing the manure evenly with top 8
to 10 CM of area at the rate of 5 Cu.mt. Per 100 Sq.
mt. area.
4 Providing and Plantation of semi carpet lawn the 400.00 Sq.m
scope includes prepad ground for planting of lawn, 25,936.00
soil spreading, mixing of soil & manuare, rolling the
same etc comp.Labour cost for lawn Plantation Sami
carpet lawn cost including carting, loading &
unloading at site etc and includes required dose of
pesticides & Antitermite treatment Labour charges
for maintenance of semi carpet lawn including tools
& tackles.
Total 1,71,587.80
BOQ_1+BOQ_2+BOQ_3+BOQ_4+BOQ_5+BOQ_6+B 1,98,84,601.49
OQ_7+BOQ_8
I / We agree to carry out the work at ______________________ % above the estimated tender rates
___________________________________________ should be written in figures and words.
I / We agree to carry out the work at ______________________ % below the estimated tender rates
___________________________________________ should be written in figures and words.
ESTIMATED AMOUNT ESTIMATED AMOUNT
Put to tender Rs. 01,98,84,601.49 Put to tender Rs. 01,98,84,601.49
ADD DEDUCT
%______ above Rs. (+) _____ % _______ below Rs. (-) _________
Net Rs._________________ Net Rs.______________________
Rupees in words : ___________ Rupees in words : _________________
_________________________ ________________________________
1. (*) Please strike out whichever is not applicable. All work shall be carried out as per the specifications of
the GIDC or as directed.
2. All the columns in Schedule should be filled in ink and the total entries in the last column should be struck
by the contractor under his signature.
3. Rate quoted included clearance of site (prior to commencement of work & at, its close) in all respect &
hold good for the work under all conditions, site moisture, weather etc.
4. I/We have read the tender/general specifications/ conditions and I/We agree to follow same and binding
to me/us.

BIDDER’S SIGNATURE Executive Engineer


GIDC, Ankleshwar

You might also like